Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 18-094 RETURN TO: PW ADMIN • EXT: 2700 ID#: 0 (�f "-*
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ 1`1R Eel'S S A r r
2. ORIGINATING STAFF PERSON: G f='(� H u V l•i H EXT: 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
lit PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE `y o RESOLUTION
'q1 CONTRACT AMENDMENT(AG#): 11S'�Oma(1. o INTERLOCAL
o OTHER ,y ii �/ y� ,� y�
4. PROJECT NAME: Ld1O �1/V� 1-1 p�ICI✓ 1:INfArifa,' pRCi�CT
5. NAME OF CONTRACTOR: 1`.'t 1 I C `'�C(LsbL rC_c e_..,,I n _ p
ADDRESS: 40c V,111(2-1 A/� 0"E, payciiIap WA 91 7,,,2 TELEPHONE: 9.55 3^S7"'�-a �
E-MAIL: Fj d TAX: 1 ,, M 4.414 VC��
SIGNATURE NAME: D re%1G1 Li�f..i �"}ri: TITLE: '� Gt T(r�
6. EXHIBITS AND ATTACHMENTS: a(SCOPE,WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#OG1U4-1-t-.I"j BL,EXP. 12/31/201g urn#roG2k-)L) N4-'( , el
JEXP. JJQ I -31/20l g
7. TERM: COMMENCEMENT DATE: 7/16 h2 O( k COMPLETION DATE: / Z.1.)I 1 O I
8. TOTAL COMPENSATION:$ �, GI I t514"•a3 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES 0 NO IF YES,$ PAID BY: 0 CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE TO: 3Oa; - 41460- .9C)61 - 5'1'5' 50 - C--, ),.)5
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE RE IEWED INITIAL/DATE APPROVED
1 'ROJECT MANAGER / 10 j4 il<
C
t\DIVISION MANAGER St,V !L 2-4 '
lS
o DEPUTY DIRECTOR 1 Q
o DIRECTOR �f'Y 1 2
1 ,\t�
o RISK MANAGEMENT (IF APPLICABLE) `
XLAW DEPT i l'1 r17
10. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
11. CONo SENT SIGNATURETRACT TO VENDOR/CONTRACTOR DATE SENT: i I--( v DATE REC'D: j 1 A--tg
❑ 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
cr-Eftw-DEPT- -64--
SIGNATORY(MAYOR 0 DIRECTOR) ;_77_ 1 k, I l3
X.CITY CLERK (r� \\149N,
ASSIGNED AG# AG# v- \�- e _
DATE SENT: Ia1.9.\c6n/d}
'e /'�
COMMENTS:
EXECUTE" "ORIGINALS
4/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 18-094 3 November 5,2018
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2018 NHS Preservation Project Miles Resources,LLC
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? ®Yes❑No
If"Yes"Will the Policies Be Extended? ® Yes❑No
Change Order No. 3 provides to extend the Contract completion date.
The reason to extend the 2018 NHS Preservation Project contract completion date from
December 31, 2018 to December 31, 2019 is because weather and temperature conditions have
limited the City's Contractor and their Subcontractors from completing the project per contract
completion date. According to WSDOT Standard Specifications for Road, Bridge and Municipal
Construction, 2018 Edition, Section 5-04.3(1) Weather Limitations, HMA wearing course can't
be placed on traveled way beginning October 1St through March 31st of the following year.
TOTAL NET CONTRACT: INCREASE$ DECREASE$
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications,and with
the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $2,673,494.53
PREVIOUS CHANGE ORDERS $ 18,021.70
THIS CHANGE ORDER $ 0
*ADJUSTMENTS $ 0
NEW CONTRACT AMOUNT $2,691,516.23
0 - iVal/
'NTRACTOR'S SIGNATURE DATE
DI CTOR'S SIGNATURE DATE
CHANGE ORDER AGREEMENT 1 Rev. 4/17
RETURN TO: 94)1 4 /P�,n�I i rt EXT: 2701 �
Yvr 77/1
1(r)
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS
2. ORIGINATING STAFF PERSON:JEFF HUYNH EXT:2721 3. DATE REQ.BY:ASAP
4. TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT o 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)
o ORDINANCE ❑ RESOLUTION
4 CONTRACT AMENDMENT(AG#): 18-094 0 INTERLOCAL
4 OTHER CHANGE ORDER#2
5. PROJECT NAME:2018 NHS PRESERVATION PROJECT
6. NAME OF CONTRACTOR:MILES RESOURCES,LLC.
ADDRESS: 400 VALLEY AVE NE,PUYALLUP,WA 98372 TELEPHONE:(253)383-3585
E-MAIL: FAX:
SIGNATURE NAME:BRADLEY GRIFFITH TITLE:OPERATIONS MANAGER
7. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL
OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#09104415 L,EXP. 12/31/18 usI#602870349,EXP. 10/31/18
8. TERM: COMMENCEMENT DATE:6/19/18 COMPLETION DATE: 12/31/2019
9. TOTAL COMPENSATION:$2,673,494.53+$4,410.00+$13,611.70=$2,691,516.23 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES 0 NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY
o PURCHASING: PLEASE CHARGE To: 306-4400-210-595-30-635 AND 306-4400-209-595-30-635
10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
li PROJECT MANAGER / IC J i I
r+DIVISION MANAGER .`i 1� �j( y
v, DEPUTY DIRECTO04-1-7-
/
DIRECTOR 4g9- - 4\\ (, 1 lgj
❑ RISK MANAGEMENT (IF APPLICABLE)
-LAW DEPT `t( 1 f lb
11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING 1 /G�sl L`
Q
I
o SENT TO VENDOR/CONTRACTOR DATE SENT: /- (a /Q'- U DATE REC'D: 1/ _! `
❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS
INITIAL/DATE SIGNED
•a---LAW-DEPT -(9—
X
.X SIGNATORY(MAYOR O r DIRECTOR, `V'' \\\,,�jt(�\a
CITY CLERK PC �\I?,0`l a
ASSIGNEDAG#�K�(l_ AG# \$'0 14
Ste»COP�Y11 URN ``tt�� DATE SENT: 1 i.p�j,\S 91.E
COMMENTS: //'�
EXECUTE 2 "ORIGINALS
11/9
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 18-094 2 October 30,2018
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2018 NHS Preservation Project Miles Resources,LLC.
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? ❑Yes®No
If"Yes"Will the Policies Be Extended? ❑Yes ❑No
SUMMARY OF PROPOSED CHANGES:
Change Order No. 2 replaces Polara pedestrian push buttons with Campbell Company pedestrian
push buttons as shown on the attached plans.
The reason for replacing Polara pedestrian push buttons with Campbell Company pedestrian push
buttons is because the City of Federal Way is currently using Campbell Company pedestrian push
buttons throughout the City. The City Traffic Department prefers to maintain uniformity in the use
and maintenance of its current system and avoid replacement of City wide system(currently in
use). Use of brands other than Campbell Company pedestrian push buttons would increase costs
to the City to maintain and operate multiple systems. Campbell Company has also been more
responsive than other vendors in providing replacement parts.
The total quantities will be added as follows:
Old Unit New Unit Additional
Item Description Qty Unit Price Price Bid Cost
A 42 Signal Modification—16th Ave 1 LS $8,000.00 $9,047.05 $1,047.05
S and S 344th St
B 46 Signal Modification — SW 1 LS $17,000.00 $21,188.22 $4,188.22
Campus Dr and 12th Ave SW
B 47 Signal Modification — SW 1 LS $22,000.00 $30,376.43 $8,376.43
Campus Dr and 6th Ave SW
Total = $13,611.70
The total contract amount increased by the change order is $13,611.70. 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$13,611.70 DECREASE$
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.
CHANGE ORDER AGREEMENT 1 10/30/2018
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 2,673,494.53
PREVIOUS CHANGE ORDERS $ 4,410.00
THIS CHANGE ORDER $ 13,611.70
*ADJUSTMENTS $ 0
NEW CONTRACT AMOUNT $ 2,691,516.23
4111 _ ///91*
C!'" ' ,CTOR'S SIGNATURE DATE
4.,/ vI/ t' \'y\'a
DIREC OR'S SIGNATURE DATE
CHANGE ORDER AGREEMENT 2 10/30/2018
Phone (253) 383-5022
�- Fax(253) 272-5214
ELECTRIC
airaiMEMEMID
Change Order Request
4603 — 2018 NHS Preservation Project - City of Federal COR Subject: Campbell Pushbuttons
Way Pricing
To Jeff Williams Contract No: RFS#18-005
Miles Resources COR Number: 4603-2.0
40 Valley Ave NE COR Revision Number: 0
Puyallup, WA 98372 COR Date: 10/17/2018
Price / Do Not
Work Type:
Return To Todd Prentiss Proceed
Totem Electric of Tacoma Days Valid: 10
2332 Jefferson Ave
Tacoma, WA 98402
(253) 722-2842
(253) 272-5214 (FAX)
(360) 265-8923
tprentiss@Totemelectri c.com
Scope Of Work /Time Extension Request
This Change Order is for the replacement of(13) Polara Push Buttons with new Campbell Push Buttons.
Summary
Total: $13,611.70
Reservation of Rights
This COR does not include any amount for impacts such as interference, disruptions, rescheduling, changes in the
sequence of work, delays and/or associated acceleration. We expressly reserve the right to submit our request for
any of these items.
Phone (253) 383-5022
Att-i` - fax(253) 272-5214
ELECTRIC
Signed By: Dated: 10/17/2018
Todd Prentiss
Project Manager
RETURN TO: PW ADMIN EXT: 2700 ID#: 2 3 5 g
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ ,`y�
2. ORIGINATING STAFF PERSON: 164 �Jl ' h EXT: 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE): /
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE p o RESOLUTION
X'CONTRACT AMENDMENT(AG#): -0 !q ❑ INTERLOCAL
o OTHER _7
4. PROJECT NAME: UC ©1 S /V/*5 Pies'e r Ja-- 1.V,1 pro 3 t c+-
5. NAME OF CONTRACTOR: Mi k..7 Ot(/v G,o P 3
ADDRESS: LOT V it y A-ve, A/G I PR.y aI/ pt Wfr 1g 3 762',e5« TELEPHONE:,253-383-3535
E-MAIL: / ry }- FAX:
d
SIGNATURE NAME: I1 ('GI Ei �r!tt7-CVi TITLE: O/9844t4w i S//L?.1 2j 1
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#O' I O9'4 1 6 BL,EXP. 12/31/ ($ UBI# 4 Oa 810 3 ,EXP. l 0/3(/ $
7
7. TERM: COMMENCEMENT DATE: /3 Q
- ( 0 COMPLETION DATE: 0"EC 0 l e."T(fl✓I
8. TOTAL COMPENSATION:$ +L It 1 V / 77,q04/. 5 3 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: /,u ❑RETAIINAGE AGREEMENT(SEE CONTRACT)7OR ❑RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE TO: 3 0I _�l-1 00 '02 to ,s 9,5- 30 - `�5
9. DOCUMENT/CONTRACT REVIEW INIT 7ATE/REVIEWED INITIAL/DATE APPROVED
12ROJECT MANAGER g
❑ DIVISION MANAGER �, /.�
DEPUTY DIRECTOR 41511./'
may//".// R 1-7t1s2
o DIRECTOR v
RISK MANAGEMENT (IF APPLICABLE) �n p
' LAW DEPT €l D f g
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: p�3
11. CONTRACTo NT TO VENDOR /CONTRACTOR DATE SENT: D _L S DATE REC'D: 4/4
❑ 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
o FINANCE- ARTNMENT- f�
❑-LAW-DEPT efr-
SIGNATORY(MAYOR OI�DIRECTOR � 8(,`I(I$
CITY CLERK /I DN ree
ASSIGNED AG# AG- I1 I�`? (.9M,
o SIGNED COPY RETURNED DATE SENT: D
❑RETURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 18-094 1 August 7,2018
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2018 NHS Preservation Project Miles Resources,LLC.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is 11 Unchanged 0 Increased 0 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? 0 Yes // No
If"Yes"Will the Policies Be Extended? 0 Yes 0 No
SUMMARY OF PROPOSED CHANGES:
Change Order No. 1 provides to replace Contract HMA Cl. 1/2"PG 64-22 mix design with HMA
Cl. '/2"PG 58H-22 and add 41 Square Yards of Cement Concrete Approach as shown on the
attached plans.
The reason for replacing Contract mix design HMA Cl. 1/2"PG 64-22 with HMA Cl. '/2"PG 58H-
22 because the City's Contractor, Miles Resources, LLC. proposes to use new standardize mix
design HMA Cl. 1/2"PG 58H-22 (QPL) in place of the old HMA Cl. '/2"PG 64-22 for the use of
recycled asphalt shingles, which changes the mix design.
Sixty-three(63) Square Yards of Cement Conc. Approach added to Schedule A due to broken
driveways happened after the design stage.
The total quantities will be added as follows:
Item Description . Quantity Unit Unit Price Total Bid
A 56 Cement Conc. Approach 63 SY $70.00 $4,410.00
A 21 HMA C. '/"PG 58H-22 No No No Change No Change
Change Change
A 22 HMA C. 1/2"PG 58H-22 No No No Change No Change
Change Change
A 23 HMA C. 1/2"PG 58H-22 No No No Change No Change
Change Change
B 20 HMA C. 1/2" PG 58H-22 No No No Change No Change
Change Change
B 21 HMA C. %2"PG 58H-22 No No No Change No Change
Change Change
Total = $4,410.00
The total contract amount increased by the change order is $4,410.00. 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 $4,410.00 DECREASE$
STATEMENT:
CHANGE ORDER AGREEMENT 1 4/27/2018
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 $ 2,673,494.53
PREVIOUS CHANGE ORDERS $ 0
THIS CHANGE ORDER $ 4,410.00
*ADJUSTMENTS $ 0
NEW CONTRACT AMOUNT $ 2,677,904.53
.. _ /y/r.
'
CTOR'S SIGNATURE DATE
DIRE TOR'S SIGNATURE DATE
CHANGE ORDER AGREEMENT 2 4/27/2018
p r Ia
C)o SI- w O O °
F-O w „ 0o < m
¢F- . CO r - 0
U Z Q n c,
-c5 O = cr t
Z F F- W o�
m o
ZZo 0 z O ¢ �o
O <i__ O u ~ _U o U Z
U Q
Z z QZO . (a) W I- W W 2_ q W-I-E NN !!Jnn
a.
O cQw W ❑_ w 0 J J ❑‘t w w V) s V
o_zmQ OW o D CCre -1Ix Q w a. z
D 0J0 U CC= Z 0 w a nQ, z W m I p n� z
CC HOF Z cc u) 0 > N cn F- o 2 O >
F' Ql Q a� I- O W W w W w z Q Z Q (+V Q
w Lu
O Ham- QW wF 0� Z >- >1.- I}- > n Q CCI 0 W a (�
o QQ0 IH 00 Z < ¢ a a a a = O w > �W I- Z z 0 J O 06 W
a Z=U ❑D z°6 2 W w Q Q Q Q U Z Y /- a < < m = I"" Z >
Q 0a ¢ >(L -z -J > ea 00 Q [r o Q Q C7 W Z 00 _100Z
z O CO 0 Q
z 1-0'' zo 00 o a J¢ Z o m m m Cl) m w oa o w w �' g O g 0 W I
P mJ❑ a.° aO a -1 ce
a0W m W 00 (_� U ¢ 0 W aa0VOWOZOZ0 UO Q
u ¢ 0 4 11 UW) o- i <oI oz 0 D •0 c.) ti (.i 0 0 (.i— 0 /-: 0 o = F- L h Q F 0 H cn Q <'
a d z z z z z z z z a W o w 1- z "� co -' O Q
Q ) m) < 00000000 1- (Dc30W000OO � i— d
D__ ;j; ¢ 0 F c¢) (� 00oO () 00o zzz zzzZza Cl) i.0
CC
.4►. U F- W CC F- F- F- I- F- F- F- 5 5 F- F- O. F- I- F- D I- I- F- F- I- FfX
-
I ',.'+ Z U > >a 6 6 6 w w w w w w w U c/) (/) to Z €n CO U) cn cA W
w X00+ O 2 F- Z 0 2 2 2 2 2 2 W w X X X O X X X X X Z Q
�•i'+ O Q O O Z 0 0 0 W W W W W W W W 0 W W W 2 W W W W W -
(/o �_ '.!.. U) U) Z 0 Q Q 0 0 0 0 0 0 0 0 0 ❑ Z Z II II II II II II II II II II
¢ m U 0 �}
LI .- N M v u) (U ti co rn o 1- N CO 1- LC) cD W U W IA V CSCr- y vqi , .,. Cl)
I33HS SIHl ZOV 123HS Z
3NIIHalbW00 3NI1HOINVI
rH�
c) 44 4 -lia k I= ` ?•
I < 0
M � I •�•; + �' a IBJ M ; •►; I © Z > W
CD �u.' 1 N •," « 4,e. _ •
cX 4.• M 4.X .:� ►+ ` i N CO
:,...
c) cf, ct
t ar .e` iS m_x to
+_ (�.F.w i
d :i Xi, 01 N W L.L
El
ft
N X c- J I�2:1 4. i I M
I;:: i► r1 .t ! {.l.
+ <t O '(j4 :4 SD L_._._ .D a 7',:t,.
8 - jtl .(Q Wil' <D h f0 (-) 1 4. (y I
i ' MIM co EllF OM •. ,
;,� ,� I 0 _
o 1 1 +.t 1« s�M I Ch c N ,
I r "_.__.. (p c a I O
N M • i 1 z
d CO o 0 o �o I w%
d) J d 1 _' `i <t M +- N > +X 1'' -t 0
> En�p O o(n �,. 5
� r j 4,..•l t!‘i,.i i M s.t el z , .
it'l,% W
F -� 0) a) M • !«4 r i ,,
a I 1,,,,,...„
�h
C QU' N s.q r €sy.: N • ,O 'v.f ! I Z
I I ( a
N CO � � (�``; ^ t.. N W il', • Nit (/)O
U �p�.ri t;::1' I co x CC r
p 10). O O s'. I + Cp a
O 1 i (. O S_y.l. t J .,- CD 0:
CO a-N 1111 h �` f ¢ ish;t!: a 1 iIi
Q
W00 '' ' j i. Z 'w .f,(
1y+;; w {�$Jq� r v, © t .i tip, �c m
r� S{. t Q a 4.,:.44 1a":1oX kt. -. '
u)m `- ( a J W X ,,..441 + w + g
X C3 rn }4 44{t ;W N - a►
+N �211; ' ;� 3 N a = 0+0 V •4,:a,.}}p'` *4444 i I (X s. ✓�`n a
N O U
r yI' M CV _ 1 X
n; . i�. A CO + ch
' `�,`t a f�' _t 6a U 6 0 0
hJJ $. .i c o lM�— .,q# co()I CD z¢ zao
N a---�- A\ E .0 U` !a- ; iII �. 'S :1►�: _ OO� z z w V
Q% N 'i O 0) 44 Is 41y Li__ O¢ Oto
C o% 1 4.,::'
e F '"'� a7 co 111..:'••0444 A-�. 1 8 rn
c I° . ri = ♦♦ a 4+ (9 O w
CO `ti 7 W ( ►4� a 1 U Z J
V fS 1• , m N I.M�� (,Ica.: ,#,*+ •'e7 m0 u.FU
• U lN,,,, C a .'.•_.` X
z aou ni i '_t E m 0 C) ! aa)i a
• Z o
i ' a Q m 00 >. I. t a! I i 10- ca 2 0 + b ti:' -- —o6�M� '�
tl1 a •1'.' C 'C a"' N Ell N + ie r w n 71 8
;ti.� .0 F- �. *--_-__ __--..- _ �U t`N w m i co w z
rn I �, CO ns >
C(?)
i r-M N a O O 3 2
c f A\ ''
c r, •� ( '''S":3. •. m tT a N ca. `ji O (� U a T
E .c (u k: c F-' iri �: 1 r
y � °� O �5. � .� �Kn o v 1 s1 fF �} �_ W � �
m _� ox I 6 O Z
rn z c c ,c r`co
rf c m ci) cy) +o O O illtl
E
00 lSS C O J J 1 •-• C CD CD CD W m m m O E CO fs ? 1 al U V
N m: I © I�enll 1
P. + d N + r�- t1 11 \ }� (r 4 r ^ a0-_., -_ ido.s o q
•�+�, _ o m
O Yj Fi r, co i 11111, b N N , 1 i'I m N al
w 6 ;.•1 §1, ....\o„ ' 1/4,,N,Sx 1#;';
Min VI CO rf,
M v/ g�q� 1 1 a MI
tt�1.r^-� s 1
rr
I x 'i 4,1 ',�htt •w L lii li 1 ViI 0
+m M t A N, :I imp M Z "Oo 6L x
I M in a) i 717.E ii i. 1 c0 O
X Q I * 4.y4►� F".iy ' I 0 D.=
O
1S H18�8 S X111 •
s� (o o
ED a 44 aao
o ►`4.► x31-
1...—I
133HS SIH
l N M
w x
mo
o
3NIlHOIVW M LL
sso sows***146HW<d WN»Nw+d B aVtriur43f•4'{b4tt,w ititottli-cur 416!!,jta`dO!**EJES*1 41044,1 14 Wd qi 0,044 osob4 im,,,,0 utl.141 NYtAsk4%allil1:N*d�**i 1.),9F1d KKRLtsmtau3tld 4.N 1EC "os icaVs No*,
o
to 1.0 N
w
w � O o
w_
Do O
Q H o LY
UZ Q i cr
0 O = ct :-O
Z F I- W x
a a Qw
W QALY 0 ON ° J ZHWJ nN �+ . <
y
Z U I Z D W W 1.11(J ° h E
OJZc� �� w w w z d
Z QW IA IA 0 • W p J J 0 w M U'
- QZr QW r Z w CL O Z
Z-m Q Ow V °
U J c? E= Z 0 w a a Z a 5
H <�.- z �Ln o O > r N s- W < N < U)
F- `t 1-U QJ CC I- ° W W W W W
CO "'��_ af �� 0 g o >- Y > i FI- _Z W °6 ..__U-1
O 1- W I- Z I- 1-- I- 1- D J
U <O H� 0p Z Q cL a s 0. Q D >
Q zioi- w —D Qo5 LL (n Q Q Q Q U z m � 0 0 O Q
Q °aa 3LOi �z _, > o 0,6 w Q re CC Ce Q Qo Q Q I 0 W O =
W r W Q Q o a_ 0 Z U m m m c0 eca. Cp 3 ix w Z U = + 1-
mo° aQ pO a_ _co Ce0 � m W U U U U < O cn CL Q `W W 0 I- U 2 X T ^_ 0
a LLQ a u- a to 1- R O 0 Z H z Z Z Z Z Z Z Z W r ¢ W Q Z Q m — a-
sur v,; QQO0000000 I- Jo_ 0 ctx U) W
W ; .�4,.., J Q p I...D 2 O �2 U U V O O O O Q 0 LL Z U J Z Z
Ce ' ,,,,,,\ z uwi Cr o v~i vi v~i z z z z z z z if a °� O Y N = d
....4 U > >Q W W W W W W W W I- m W .Q fY (3
~ ;\ a! Z O? Q Q Q w CW..) U w U (W� w - 2 O Q O W1--
in � -� UWF- Zlim � m -� 0
Q CO U O 0 0 0 W 0 0 0 0 0 CC
T. - NM V. In cD h CO ro t7 r r r r N M 127 CU Z Z Z Z Z Z Z Z
r r r r r r r F- F- F- D F- F- F- F- F- F-
m (.n (f) Z m V) (1) U) Cl) W
XXOXXXXX J
O i W W W W W W W W Z
Wi II II II II II II II II II H
010a. � � RT
il
J t 0 W I-��-�C L J `� is_N
z
133HS SIH1 0
3NI1HOlb'W = Q U
CO"f o- 4Lo z > W
® co co CO
r tP I N r
a- O
°x ---. . 9 i N w n-
r- ......_ 1 I + c c + -
n<V ca (I.k Ln p_
r C>0 ,. x
r-(C) •
. .. N i W O .�_
v �._...
N I
rn - �. + - 0 Lo 160 m t it N x i I 0 1
�x ��, W c'la E S x c.9
- c co N -,-
O 1W m J
' }} • -6Uv I l'i _ M N IC QQQ
I is v$ 1 ��p_ .0 N - }4 _ - N- Qiii
+ NN N x
U U � m N x L, 1 `'�`• � y O Z 2
toEl ® Q
m E N u� J e c -o
LU „ �- CO K m c / . fez ?; E 111 13-
"` oII
m fl
L_ .5 miL
03
• a *_ N� s` Y� S m Z
— u��c c w o
Z c N 1 d cf � 3 E LL ., a t .101,-+.11,
,r M ma p� 5
F-- x �1� to :Cr N Y m c �� �`a N d c
W ill • t4 • r N Z m C E I �^ N ell bc N It
r" °ts cV ao o c c 1 E > w ° t (,� �._ (n'w m
t a in 4.
1 t'1 00 `* cu n pZo a 4443---1-..-----„_.... + x <-:.: c""' �,• .
C ti(O . .. Lc> x •al V W ' C r Y- t C`')'0 tN X . ..
CNI
7.11 rn l;;;• `;.,`,• - z m ® t 1 2-. � .1 •f`•
+may x M +i
LIIi
A...., C7 cm q.. + LA
M C r��pp I �., a e��j ..� c..?,-
`,, r. N' CA_(V
L .C+ t N s }._... fir" yob C.
x + as a N 00 11. N (I 1 r 1
' N .Zr •ti + tl P® } ) 4 V' d C q j I l.. 1 ._J W Z Z F-
p3 r,�A \v♦�1 r' NU CO rx .� c gi' + Y`;• t °2Z O=,?
- 01 ® 1 -t cpV `S cow m k _ .._... U c�o0
z zavr
3 u 4 7 ,�* !}`. �.. 124 t:-. _- N I � i w o LM---8
fv" m A.i_i i /. Z ,; I z ' zwo
O C CD _ `S1.1~ `An-. i}• r^ f. i o Z _ o an cn
0 4)E aa)i 0 x .- er •I �� m v) F i# , W o z w
1 W m > a Tr Nca _ _,or 4111 1111 :► � �-X LU\ 11,,,..! i �. a
N E CO c 4 col
r ,i • .si a.- c�7 / ( i F ?v
>co d E Q • i I ` 2 e -a CO 0
Y _ -...._.__._.. 11 ri, + w di m
LAI
ihil
r ' '' r. 1SHlt�b� S X Q Q ,1 1 t. ,(r i ! a ' a ry w U
'm ca Lo c N Q �. �' [v IF', , L 1 �'!_j --- �{ao ; , ,` t }y-'! (° _? j it
of 0).i in w m A*' , It ., :`roc, ` s v
ol'a a �`"•ala a1.'--.. ., `.,, .� co i i� �- e
r> �. M
r c \� �� N M M °v,
1+1C N61% ; oo A
Lt
(gyp M , Or r CO z 2' a0 in u
•F t- 0 I r jl) N m O
r ' €
cNi CO r N "�. .. SX�t F° W ry U
f i` Z th co L =CO r Qs
N .....-
i.___ N� 1 El_ _ 1 r
ip
N. ti ,. i}�af C) I t'Z O ] i=-
v x `1»i' 1 cox r/ o
Ctl;t v,.i }I N V •€ H m
PHI r i> K� I 1 «O
mil1c o .36-
60t1133HS 33S 133HS SII-11 M o
3NI1Ha1VW 3NI1HO1VW M ILI
,..b•**0,44)fa.0.4........1*4.`Vb{"N451�svAt i 0as.4Wow s s... .P,V13•011.081,0*IK.$XMYAdift +1�-S lMd vtli YT.,. !v.,48 a E%OL51 II II illiuiil W'/i,RO Mad* 103fO21d..01kMAlf it41 GNV414?os...it',Asa,
RETURN TO: PW ADMIN EXT: 2700 ID#:32 ...
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/5----K EC 1
2. ORIGINATING STAFF PERSON: —.I-Err H U Y mH EXT:_2-72.1 3. DATE REQ.BY: /4/2511 K
3. TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,II.FB.IRFP,RFQ)
VI PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE ❑ RESOLUTION
o CONTRACT AMENDMENT((AG#): _ �j ❑ INTERLOCAL
ft OTHER 1-.I'-:7-1?) .* 1�-UU`_l . i'1 AI g-`cJO6
4. PROJECT NAME: N H ES 1='R V A TI v N PR L,SE CI
5. NAME OF CONTRACTOR: '-1,I 1'GS R[.SO V rCe5 I LLL
ADDRESS: l LOO V0.1. ClA'VzNE, Pot d1AVP, WA 98370? -a75I(0 TELEPHONE: Q..9-383 -3585
E-MAIL: FAX: 11/1
SIGNATURE NAME: ICrx(1 11 C7 c l'c\t�1 T�\ TITLE: O�vi15 /f(Q�d9ea-l'
6. EXHIBITS AND ATTACHMENTS:1 ATTACHMENTS:tit SCOPE,WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#Q 9 I O y 1 L 5 �y' BL,EXP.12/31/�(07O 19 UBI#6 Da g7o 31? ,EXP./O!3l lapis jusitiy 7. TERM: COMMENCEMENT DATE: l,{ ' t'C COMPLETION DATE: %'I✓(y W l 14
8. TOTAL COMPENSATION:$ a I LY 13, LI CI 4 . 53 (INCLUDE EXPENSES AND SALES TAX,IF ANY
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES 0 NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: L{ _RETAINAGE AGREEMENT(SEE CONTRACT)(e 35❑RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE TO: 36 _ b 00 - Q 1 v - JetS- 30 - `e 3 5
9. DOCUMENT/CONTRACT REVIEW INITIAL/DA E REVIEWED TIAL/DATE APPROVED
1 PROJECT MANAGER 1 14/ III L 1 k
14 DIVISION MANAGER--1 �� "..� BSI
A DEPUTY DIRECTOR."' , � + v.
1 1i DIRECTOR .`=� /5//t?? :4 M1
o RISK MANAGEMENT (IF APPLICABLE) �iy�
124 LAW DEPT �,/f+ (v)-6//g40i/n/(8
10. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVALDATE:41i ii
Of
11. CONCT SIGNATURE ROUTING
❑SENT TO VENDOR/CONTRACTOR DATE SENT: (-.(PC ''`/gc DATE REC'D: 1 p
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
o CREATE ELECTRONIC REMIDER/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/DATEE SIGNED
LAW DEPT / )"//
�SIGNATORY(MAYOR OR DIRECTOR) .7 3
l
'?� CITY CLERK I� (
I
ASSIGNED AG# �AG# 41 g'-091f
l ,ySIGNED COPY RETURNED DATE SENT:
)11\RETURN ClbLEDRIGINAL
COMMENTS: -'\,dT G
EXECUTE" "ORIGINALS
4/2017
I
ORIGINAL CONTRACT #1 OF 3
CITY CLERK
-1
CITY OF om.r/
Federal Way
BID AND CONTRACT DOCUMENTS
i
AND
_ .i
SPECIFICATIONS
FOR
i
2018 NHS PRESERVATION PROJECT
16TH AVE S - Federal Aid No. NHPP-1013(005)
SW CAMPUS DRIVE - Federal Aid No. NHPP-1008(004)
i
RFB # 18-005
i
City of Federal Way
City Hall Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
Mailing Address:
1 City of Federal Way
PUBLIC WORKS DEPARTMENT
Federal Way, WA 98003-6325
i
1
`r"''r'f'�%fl/:r,f��s{��j����f�r elf f r��'r,�;jj%" � •'�� ,; �,` 'Ff .' ,t, f ,r� Wil'{�R},� 'f�/�frf,'f f%'j{ /� '
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2018 NHS PRESERVATION PROJECT
16TH AVE S - Federal Aid No. NHPP-1013(005)
SW CAMPUS DRIVE - Federal Aid No. NHPP-1008(004)
RFB #18-005
' Bids Accepted Until 10:00 a.m., May 30, 2018
Bids Opened 10:10 a.m., May 30, 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
' ',3''i`,�j�f�.:;;{�Jtf�"f �� f ✓r#Y.;p�fF i" ,:fr"�3f.'(//��.?� .!,n' .fPN..� ,�.�, �.� ,,���'���' f,.,,! �;�'X�,"�, ;� sf f .^{ / d ;,.
I
1
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 2 2018
' RFB ver.4-17
I
TABLE OF CONTENTS
IPAGE
IPUBLIC NOTICE - REQUEST FOR BIDS 4
BIDDER'S CHECKLIST 6
ISECTION 1: INSTRUCTIONS TO BIDDERS 8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15
IATTACHMENT A: NO BID RESPONSE FORM 21
ATTACHMENT B: BID FORM 22
IATTACHMENT C: BID SCHEDULE 24
ATTACHMENT D: BID SIGNATURE PAGE 29
IATTACHMENT E: BID BOND FORM 30
ATTACHMENT F: SUBCONTRACTOR LIST 31
I ATTACHMENT G: NON-COLLUSION DECLARATION &NOTICE TO ALL BIDDERS 32
ATTACHMENT H: UDBE UTILIZATION CERTIFICATION 33
I ATTACHMENT I: UDBE WRITTEN CONFIRMATION DOCUMENT 34
ATTACHMENT.]: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 35
ATTACHMENT K: PUBLIC WORKS CONTRACT 36
IEXHIBIT A: NOTICE OF COMPLETION 50
EXHIBIT B: CONTRACT CHANGE ORDER AGREEMENT 52
IEXHIBIT C: NOTICE TO LABOR UNIONS OF OTHER EMPLOYMENT
ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT 54
1 EXHIBIT D: CERTIFICATE(S) OF INSURANCE 55
EXHIBIT E: PERFORMANCE/PAYMENT BOND 56
1 EXHIBIT F: TITLE VI ASSURANCES 59
I AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
INTRODUCTION TO SPECIAL PROVISIONS BLUE PAGES
I APPENDIX A: FHWA 1273 YELLOW PAGES
APPENDIX B: STANDARD PLANS AND DETAILS WHITE PAGES
APPENDIX C: PREVAILING WAGES AND BENEFIT CODE KEY ORANGE PAGES
I
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 3 2018
111
RFB ver.4-17
I
CITY OF FEDERAL WAY
I
REQUEST FOR BIDS
2018 NHS PRESERVATION PROJECT RFB # 18-005
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
May 30, 2018 at 10:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way,
I 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 May 30, 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 two (2) different locations within the City of Federal Way.
The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. 1" PG 64 -22) pavement
overlay (approximately 8,600 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.huvnh©citvoffederalway.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
City of Federal Way RFB# 18-005
NHS Preservation Project Page 4 2018
1 RFB ver.4-17
I
addenda and to place themselves on the "Self-Registered Bidders List" Bidders that do not register
will not be automatically notified of addenda and will need to periodically check the on-line plan for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
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,
i 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.
111 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
Lthereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the 5th day of May, 2018.
Dates of Publication:
Daily Journal of Commerce: May 5, 2018
May 12, 2018
Federal Way Mirror: May 4, 2018
May 11, 2018
l
I
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 5 2018
RFB ver.4-17
1
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
❑ 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.
(i 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.
f l Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
1 n Non-Collusion Declaration and Notice to All Bidders (Attachment G)
Failure to return this Declaration as part of the bid proposal package will make this bid non-
responsive and ineligible for award.
UDBE Utilization Certification (Attachment H)
This form demonstrates how the bidder will meet the DBA Condition of Award.
❑ UDBE Written Confirmation Document(Attachment I)
Complete this form for every DBE listed on the UDBA Utilization Certification. The
"Description of Work" and `Amount to be Applied Toward Goal" must match between DBA
Utilization Certification and the DBA Written Confirmation Document or your bid may be
rejected.
❑ Proposal for Incorporating Recycled Materials (Attachment))
This form shall be filled in and executed by the bidder.
I ❑ Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
L] Contractor's State Identification Numbers
I
The bidder shall provide a copy of Contractor's current state unified business identifier
11 number and, as applicable, an employment security department number and state excise
tax registration number.
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 6 2018
II RFB ver.4-17
I
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:
1 D Public Works Contract(Attachment K)
The successful bidder will fully execute and deliver to the City the 2018 NHS
PRESERVATION PROJECT Public Works Contract ("Contract") from these Bid Documents.
IL) Notice to Labor Unions or Other Employment Organizations Nondiscrimination in
Employment(Exhibit C)
If this applies, the successful bidder will sign and post copies of this Notice in conspicuous
places available to employees or applicant for employment.
❑ Certificate of Insurance (Exhibit D)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
❑ Performance/Payment Bond (Exhibit E)
The successful bidder will provide a fully executed Performance/Payment Bond as
appropriate.
❑ Business License
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
1
I
I
I
I
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 7 2018
RFB ver.4-17
I
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 May 30, 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
1 Way, Washington, 98003-6325, and will be publicly opened and read aloud in City Hall
Hylebos Conference Room on May 30, 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.
I 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
IBids 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
1 to the City within forty-eight (48) hours prior to the opening of bids.
1-5 Modification of Bid
VA 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
1 writing, executed, and submitted in the same form and manner as the original bid.
City of Federal Way RFB# 18-005
NHS Preservation Project Page 8 2018
RFB ver.4-17
MI
IS 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
or 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
s 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
a documents and no oral communications will be binding upon the City. 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@cityoffederalway.com, or by letter addressed to Jeff Huynh, Street Systems
Engineer. The questions must be received by the City on or before May 23, 2018 to allow a
written reply to reach all prospective Bidders before the submission of their 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.
MI
1-8 Addenda
include acknowledgment o
f receipt and review of all addenda issued during
Each bid shall p
9
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.
s
•
City of Federal Way RFB# 18-005
s
NHS Preservation Project Page 9 2018
RFB ver.4-17
I
1 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. 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@cityoffederalway.com, or by letter addressed to Jeff Huynh, Street Systems
Engineer. The questions must be received by the City on or before May 23, 2018 to allow a
written reply to reach all prospective Bidders before the submission of their 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.
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 9 2018
RFB ver.4-17
I
1-10 Postponement of Bid Opening
IThe 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
Idocuments.
1-11 Rejection of Bids
1 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
I 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
I 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
I 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.
IB. 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
Iand releases any claims against the City arising from any rejection of any or all bids.
1-12 Alterations to Documents Prohibited
IAny 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
Itelephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
IIf, 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
Irequired to submit the Non-Collusion Declaration (Attachment G) with their bids.
1-14 Evaluation of Bids
IIt 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
Idocumentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
I 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
I 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
Iwhether the bidder is responsible. The bidder must meet the following bidder
City of Federal Way RFB# 18-005
NHS Preservation Project Page 10 2018
IRFB ver.4-17
1
responsibility criteria and supplemental bidder responsibility criteria to be considered a
Iresponsible 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;
lb.
c. Have a current Washington Unified Business Identifier (UBI) number;
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
I required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
1 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
I 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
I the Department of Labor and Industries or through a civil judgment entered
by a court of limited or general jurisdiction.
I 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
Iby the bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
I 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
I 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.
I3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
I 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.
I 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
I 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 RFB# 18-005
NHS Preservation Project Page 11 2018
IRFB ver.4-17
I
b. The bidder shall submit a list of projects of similar size and scope to this
I 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
I 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;
1 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,
I c. and close-out.
The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
I d. and facilities, and the bidder's ability to obtain the necessary personnel.
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)
land 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
I 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
I 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
1 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.
IC. 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
1 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
Ibid and contract documents as conditions precedent to formation of the contract.
1-15 Procedures When Only One Bid is Received
IIn 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
I and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1 1 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 RFB# 18-005
NHS Preservation Project Page 12 2018
RFB ver.4-17
•
I
IC. Attachment C— Bid Schedule.
D. Attachment D— Bid Signature Page.
I
E. Attachment E— Bid Bond Form.
IF. Attachment F— Subcontractor List. (May Not Apply)
G. Attachment G— Non-Collusion Declaration & Notice to All Bidders.
IH. Attachment H— UDBE Utilization Certification.
I. Attachment I—UDBE Written Confirmation Document.
J. Attachment l— Proposal for Incorporating Recycled Materials.
IK. Contractor's Certificate of Registration.
IL. Contractor's State Identification Numbers.
1-17 Conflicts of Interest and Noncompetitive Practices
IBy submitting a bid, the Contractor agrees as follows:
Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
IA.
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.
I 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
1 the City may require.
B. Contingent Fees and Gratuities
I1. 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
I
secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
I .
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
I 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.
I
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 13 2018
1 RFB ver.4-17
1-18 Bid Security
jNo bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid
Form,"or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
' performance of said work (including the providing of any evidence of insurance and/or
performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
Bond." Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
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
Iremain effective during that period.
1-19 Performance/Payment Bond
The bidder to whom the City has awarded this Contract will remove the
Performance/Payment Bond (Exhibit E) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company in the amount of one hundred
percent (100%) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the work
and all payments arising from the performance of the work due the State of Washington
pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the current Authorized Insurance Company List in the State of
Washington, published by the Office of the Insurance Commissioner. The scope of the
Performance/Payment Bond (Exhibit E) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8"Indemnification"of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
1 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
City of Federal Way RFB# 18-005
NHS Preservation Project Page 14 2018
RFB ver.4-17
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
' be deemed waived. All other protests shall be accepted only from actual bidders and shall
be submitted within five (5) calendar days after the aggrieved person knows or should
have known of the facts and circumstances upon which the protest is based; provided,
however, that in no event shall a protest be considered if all bids are rejected or after the
award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under which
the protest is submitted; (3) a detailed description of the specific grounds for protest
and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
' City of Federal Way
Federal Way, Washington 98003-6325
Attention: Bid Protest— 2018 NHS Preservation Project RFB#18-005
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
' in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise promptly
furnished to the aggrieved person and any other interested parties who requested a
copy of the decision. The decision will be considered final and conclusive unless
appealed within five (5) calendar days after receipt of the decision to the Mayor or his or
her designee. If the decision is appealed, then the subsequent determination of the
' Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
' SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
1 Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 15 2018
RFB ver.4-17
t
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.
1 2-2 Proof of Compliance with Contract
' In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid;
Bid Form; Bid Signature Page; Instructions to Bidders; Bid Bond; 2018 NHS Preservation
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 as 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; FHWA 1273 attached as Appendix A;
Addenda and Change Orders; NHS Preservation Project Special Provisions; 2018 WSDOT /
APWA Standard Specifications for Road, Bridge and Municipal Construction; Contract Special
Provisions; Standard Plans and Details attached as Appendix B; Current Prevailing Wage
Rates and Benefit Code Key attached as Appendix C; 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.
t2-4 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.
'
City of F r 1RFB# 18-005
edea Way
NHS Preservation Project Page 16 2018
' RFB ver.4-17
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
' within five (5) days after receipt of a written change order form from the City or after giving
the City the written notice required above, as the case may be, submit to the City a written
statement setting forth the general nature and monetary extent of such claim; provided the
' City, in its sole discretion, may extend such five (5) day submittal period upon request by
the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may require to determine if the claims and costs have merit.
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
1 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.
1 The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
the Contractor to be free from defects in materials or workmanship for a period of at least
I 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.
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 17 2018
RFB ver.4-17
I
2-10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
any express or implied warranty or any right under this contract or in law.
2-11 Legal Relations
' The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
' materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of
the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2-12 Applicable Law and Forum
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.
1 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:
IA. 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 K, Public Works
Contract, to compensate for any damages caused by such delay. The City may deduct from
City of Federal Way RFB# 18-005
NHS Preservation Project Page 18 2018
' RFB ver.4-17
1
any payment owing to the Contractor, any liquidated damages, which may be incurred by
the Contractor pursuant to this paragraph.
I
2-15 Force Majeure
IThe 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, actsof anyidemics and strikes.
firefloodse
' � � P
I2-16 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.
IThe Contractor agrees that the ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes and other
I 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
Iwith the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
I 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.
I The Contractor shall ensure that substantiallythe foregoing are included in each
9 9
subcontract for the work on the project.
I
2-17 Patents and Royalties
I
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.
I 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
1 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.
IShould 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
I 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
1 respects to the City.
City of Federal Way RFB# 18-005
NHS Preservation Project Page 19 2018
IRFB ver.4-17
1
1 2-18 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written order,
I 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
Iincorporated by this reference.
By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor
Icompletely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King County,
i
Washington.
2-19 Recycled Products
IThe 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
1 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
I 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
I 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
ibid award, in the event of a bidder's protest, or other challenge to the bid accepted.
I
1
I
I
1
City of Federal Way RFB# 18-005
NHS Preservation Project Page 20 2018
IRFB ver.4-17
I
AttachmentA
INO BID RESPONSE FORM
I 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
I 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.
IBid Number: RFB No. 18-005
IBid Title: 2018 NHS Preservation Project
❑ Cannot comply with specifications.
I ❑ Cannot meet delivery requirement.
1 ❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
I
ICheck one of the following:
❑ WE DO
I
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
IFirm Name:
IAddress: Phone:
ISignature Date
1
Name (Type or Print) Title
1
1
City of Federal Way RFB# 18-005
NHS Preservation Project Page 21 2018
IRFB ver.4-17
Attachment B
BID FORM
CITY OF FEDERAL WAY
2018 NHS PRESERVATION PROJECT
16TH AVE S
SW CAMPUS DRIVE
BID FORM
Bidder: Miles Resources, LLC Date: 05/30/2018
ITEM BID AMOUNT
A) Schedule A— 16t Ave S $ D3 (7►5
B) Schedule B —SW Campus Drive $ 1 a -}-}D1 1 "6b . tpO
TOTAL BID AMOUNT
(including Washington State sales tax, all other 2 i U9i Li--,63
government taxes, assessments and charges)
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 the 2018 NHS
Preservation Prolect, 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 the 2018 NHS Preservation 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 NHS Preservation 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.
conOr Certified Check 5% of total bid amount Dollars ($ N/A )
The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The
City may correct obvious mathematical errors.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
•
Receipt of the following Addendums is hereby acknowledged:
City of Federal Way RFB#18-005
NHS Preservation Project Page 22 2018
RFB ver.4-17
Addendum No. 1 Date Issued: 5 12P\ t L �j
Addendum No. Date Issued:
Addendum No. Date Issued:
Miles Resources, LLC
caFpoFatien/Partnership/444413Adual- LLC Firm Name
(Delete Two)
Air A
MILESRL897RK
Bidder's State License No. Sig •o'e
Bra. ey G ffit
602-870-349 General Manager
Bidder's State Tax No. Title
City of Federal Way RPB# 18-005
NHS Preservation Project Page 23 2018
RFB ver. 4-17
ATTACHMENT C
CITY OF FEDERAL WAY
2018 NHS PRESERVATION PROJECT
16TH AVE S
SW CAMPUS DRIVE
BID SCHEDULE
NOTE: 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 Rem,the unit Price shall prevail,and the totals shall be
corrected to conform thereto.
SCHEDULE A-16TH AVE S(S 348TH ST TO PACIFIC HWY S)
ITEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
1 1-07 SPCC PLAN
1 - LS I-'S0.CSU
2 1-09 MOBILIZATION
1 LS 203,OCO.DD 21?31000.00
3 1 10
OFF-DUTY UNIFORMED POLICE OFFICER
1 FA $15,000.00 $15,000.00
4 1-10 TRAFFIC CONTROL SUPERVISOR C�
251 HR -1'S• ` 2-60.00
PROJECT TEMPORARY TRAFFIC CONTROL t�
5 1-10 _ 1 LS 15,000.00 15100D DD
6 1-10 FLAGGERS
853 HR (f) 00 55,44-1-5.CO
7 i 10 OTHER TRAFFIC CONTROL LABOR �
50 HRDD G1.�.DD
8 1-10 CONSTRUCTION SIGNS CLASS A
98 SF ��lJ• `'i i 1
CONSTRUCTION SIGNS CLASS B r
9 1-10 3 EA 250.00 -.1.E0•DO
10 1-10
SEQUENTIAL ARROW SIGN pp
300 HR 1 D DD 3,DCO .DO
11 1-10 PORTABLE CHANGEABLE MESSAGE SIGN CO DAY 25D .W 61,D
12 2 01 ROADSIDE CLEANUP
1 FA $3,000.00 $3,000.00
13 2 02 SAWCUTTING
2,333 LF 0. 01 23• 33
REMOVAL OF CEMENT CONC.SIDEWALK
14 2-02 160 SY 100.00 1 LP,000. 00
15 2-02 REMOVAL OF CEMENT CONC.APPROACH
41 SY I CX).(�0 1-�- t DO. 00
16 2-02 REMOVAL OF CEMENT CONC.CURB&GUTTER
15 LF 100.00 , 0.00
17 2-02 REMOVAL OF TYPE C TRAFFIC CURB
460 LF 11-.60 9, 1060. co
18 2 03 ROADWAY EXCAVATION INCL.HAUL
200 CY SO 00 3U2IOC°.°CI
19 404 CRUSHED SURFACING TOP COURSE
100 TN LD.60 I jl�r,a0. 00
20 5-04 PLANING BITUMINOUS PAVEMENT
8,110 SY 5.00 t0i 550.00
21 504 HMA CL. 1/2" PG 64-22
2,454 TN oh. DO 223131 .00
5-04 HMA CI. 1/2"PG 6422 FOR PRELEVEL22
39 TN .00 s5Lvfl. W
City of Federal Way
2018 NHS Preservation Project RFB#18-005
PWC ver.4-15 Page 24 2018
23 5_04 HMA CL 1/2"PG 64-22 FOR PAVEMENT REPAIR
150 TN n-0.00 2.51 B00.0 0
ADJUST MANHOLE
24 7-05 16 EA .00 9,000. 00
25 7-05 REPAIR OR RE-ALIGN MANHOLE
1.0 EA 2.,%Da•00 21000. 00
26 7-05 CONVERT SQUARE CASTING TO ROUND AND ADJUST TO � ,„
FINISHED GRADE 6 EA l5�®O • 00
27 7-05 HEAVY DUTY ROUND SOLID LOCKING CASTING
22 EA 5E0.a) tZ.i t00• 00
28 7-05 CONVERTION RISER FOR TYPE 1 CATCH BASIN
6
EA 2,000.D0 12, 000.00
29 7-05 HIGH IMPACT RISER
22 EA (15.00 ii-1- 0. DO
30 8-01 EROSION/WATER POLLUTION CONTROL
1 FA $3,000.00 $3,000.00
INLET PROTECTION INSERT �� r����
31 8-01 30 EA iD0.DD 3,000.00
32 8-02 SOD LAWN,INCL.4 IN TOPSOIL 5 SY 120.00 LPDD. 00
33 8-04 CEMENT CONC.CURB&GUTTER .DD
`` ,,,,r�ff��, ``����
15 LF •DV �YDv l�
PRECAST SLOPED MOUNTALBLE CURB �y0
34 8-07 5 LF C�
•DO -ZOO •
35 $_d7 PRECAST DUAL SLOPED MOUNTALBLE CURB rr����
455 LF Lii).W 19,12. •00
36 8-09 RAISED PAVEMENT MARKER,TYPE 2
4 HUND T5DD•OJ 2,000, 00
37 8-09 HYDRANT MARKER,TYPE 2B
5 EA 5.00 2_5.00
38 8-14 CEMENT CONC.SIDEWALK i
160 SY 9-0,OD 1 l,t/u0.00
39 8-13 CEMENT CONC.CURB RAMP TYPE 1 PARA!I FL ^
8 EA 312:CG,0®G5;liko•00
40 8-14 CEMENT CONC.CURB RAMP TYPE PERPENDICULAR
1 EA 3, .0 2 J; O.CO
41 8-14 CEMENT CONC.CURB RAMP TYPE SINGLE DIRECTION
2 EA Z,6CO.00 5,000. 00
42 8-20 SIGNAL MODIFICATION- 16TH AVE S AND S 344Th ST Q `, F�
1 LS O;V�. $,D�. �/Q
43 8-20 DETECTOR LOOP ��ff�
22 EA ii000.00 22,000.00
44 8 21 R9-3A&R9-3B SIGN AND POST
1 LS 600.CO 600. 00
45 8_22 PROFILED PLASTIC LINE Q
10,630 LF 3.00 3i,B90.00
46 8-22 PROFILED PLASTIC WIDE LINE
866 LF 5.00 x'.330.00
47 8-22 PLASTIC CROSSWALK LINE ,,--°�
454 SF 55.00 3,to32.:00
48 8-22 PLASTIC STOP LINE 22 r�w�
153 LF 10.00 1,530•
49 8-22 PLASTIC TRAFFIC LETTER
8
50 $-22 PLASTIC TRAFFIC ARROW
25 EA 2-00. ;G00.00
51 8_22 PLASTIC I-5 SYMBOL
1 EA 2.20 .CD 2,2-00 00
City of Federal Way
2018 NHS Preservatah Project RFB#18-005
PWC ver.4-15 Page 25 2018
52 8-22 REMOVAL OF PAVEMENT MARKINGS
1 LS 10,000.00 iD,000.00
53 8-23 TEMPORARY PAVEMENT MARKING
12,563 LF 0, 2-0 2..,6 12. -Lop
54 8-22 TEMPORARY RAISED PAVEMENT MARKERS
4 HUND 0O.LO 2.,DOC).DO
REMOVAL OF TEMPORARY RAISED PAVEMENT MARKERS
_
55 8-23
4 HUND 250.0C 1 i 000 • 00
SUBTOTAL SCHEDULE A4I'CI OS i 355 P15
SCHEDULE B-SW CAMPUS DRIVE(19TH PL SW TO 1ST AVE S)
ITEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
1 1-07 SPCC PLAN
1 LS i 3-6().DC fil-SD.OD
MOBII T7ATION
2 1-09
1
3 1-10
is 30-1,C000 30-4.,Cco .DO
OFF-DUTY UNIFORMED POLICE OFFICER
1 FA $15,000.00 $15,000.00
TRAFFIC CONTROL SUPERVISOR
4 1-10 HR 1-5.CO 2_1,1-50. DO
290
PROJECT TEMPORARY TRAFFIC CONTROL
5 1-10
1 LS 32,000.00.30,000.DC)
6 1-10 FLAGGERS 1,700 HR t,75.DO i i0,5e0 .00
OTHER TRAFFIC CONTROL LABOR
7 1-10
100 HR —+0 DD 9-,COO.CO
8 1-10 CONSTRUCTIONS SIGN CLASS A
98 SF 50.DO 4-9 DO.00
SEQUENTIAL ARROW SIGN
9 1-10
750 HR 1 D,DO --1- c)c)DO
PORTABLE CHANGEABLE MESSAGE SIGN
10 1-10
70 DAY 13D,D0 ci,IDD.D0
ROADSIDE CLEANUP
11 2-01
1 FA , $4,000.00 $4,000.00
SAWCUTTING
12 2-02
13 2-02 8,750 LF 0.0
REMOVAL OF CEMENT CONC.SIDEWALK
400 SY t()D.C)0 1--OC( ).DO
REMOVAL OF CEMENT CONC.APPROACH
14 2-02
26 SY i D 0.00 2.,UDC. 00
REMOVAL OF CEMENT CONC.CURB&GUTTER
15 2-02
150 LF I OD.00 15,CX)(:),CO
REMOVAL OF TYPE C CURB
16 2-02
17 2-03 235 LF il-.50
ROADWAY EXCAVATION INCL HAUL
175 CY l'?,D.00 t , C)0 .00
18 404 CRUSHED SURFACING TOP COURSE 50 ien D. .00
19 5_04 PLANING BITUMINOUS PAVEMENT 120 TN i ki)
22,364 SY 5, 0 0 ii i 3 zo.DO
HMA CL. 1/2 IN PG 64-22
20 5-04
21
5,630 TN q I DO bl 2_, 3a DO
HMA CL. 1/2 IN PG 6422 FOR PAVEMENT REPAIR
5-04
370 TN I L+0.OD 51,qC)0.00
ADJUST MANHOLE
22 7-05 000.00 i 1,4-00.0D
Ci19 EA ty of Federal Way
2018 NHS Preservation Project RFB#18-005
PWC ver.4-15 Page 26 2018
23 7-05 ADJUST CATCH BASIN
, 3.
REPAIR OR REALIGN MANHOLE
EA (0D0 D0 0'00. 00
24 7-05 ,
CONVERT SQUARE CASTING TO ROUND AND ADJUST TO
1 EA 4WDDD 2)ODD,00
25 7-05 2 EA OD.CO 11200. 00
FINISHED GRADE
HEAVY DUTY ROUND SOLID LOCKING CASTING
26 7-05 cl, 50.
FRAME AND GRATE FOR CATCH BASIN
17 EA .b5D.O0 00
27 7-05 EA 550-OD 650 . OD
1
CONVERTION RISER FOR TYPE 1 CATCH BASIN
28 7-05 EA 2=00 b2_,OW•DO
26
HIGH IMPACT RISER
29 7-05 19511415.
43
EROSION/WATER POLLUTION CONTROL
EA ,00 2 00
30 8-01 1 FA $3,000.00 $3,000.00
INLET PROTECTION INSERT
31 8-01
60 EA 1 00.00 0,DCO,00
SOD LAWN,INCL.4 IN TOPSOIL
32 8-02 SY 12-D.0C) 2,40D,DO
20
33 8-04 CEMENT CONC.CURB&GUTTER
150 LF 1+0.00 OIGIDD .D0
CEMENT CONC.APPROACH
34 8-06 -9--Dicg
PRECAST SLOPED MOUNTALBLE CURB
26 SY .DD 1 2-0.00
35 8-07 1CD .
PRECAST DUAL FACED SLOPED MOUNTALBLE CURB
10 LF 40• LO OD
36 8-07
LF +0.00 CU 20. 00
228
RAISED PAVEMENT RKER
MA ,TYPE 2
37 8-09 12 HUND a.D.DD 1c000.00
HYDRANT MARKER,TYPE 28
38 8-09 0 .5 3 00
ADJUST MONUMENT CASE AND COVER
6 EA . DD
39 8-13 EA +C0.00 I-1- 000.00
10
CEMENT CONC.SIDEWALK
40 8-14 ,DW.00 SY ---+ q.
CEMENT CONC.CURB RAMP TYPE 1 PARALLEL
400 0,DO 2..
41 8-14 ,2co.
4
42 8-14 CEMENT CONC.CURB RAMP TYPE 2 PARALLEL EA 3,zoo 12 00
EA 3, 2C0,0D2.2_11-foO. 00
7 _
CEMENT CONC.CURB RAMP TYPE PERPENDICULAR
43 8-14
8-14 00 1.-T W
7
EA 2 500, i 5C.0.
CEMENT CONC.CURB RAMP TYPE SIGNLE DIRECTION _
44 3/ ,
MMA-STYLE TRUNCATED DOME DETECTABLE WARNING
1 EA 200op 3;/OD,DO
45 8-14 9'6'00 i 0 •
SURFACE
SIGNAL MODIFICATION-SW CAMPUS DR AND 12TH AVE
48 SF 3 00 DC)
46 8-20 sw
47 8-20 1 IS I 11(a.00 111 DOD .00
SIGNAL MODIFICATION-SW CAMPUS DR AND 6TH AVE SW
1 is 2-2,COODD 22,oC0,0 D
DE i tCTOR LOOP
48 8-20
64 EA iiDD0,00 (P4-,DOD.00
R9-3A&R9-35 SIGN AND POST
49 8-21 W).DO 5DD.DO
1 _ LS
TUBULAR MARKERS
50 8-22
6 EA 15D.DO ()IOC).00
PROFILED PLASTIC LINE
51 8-22
32,612 LF 3,,DD cri-rt5;0.0C)
City of Federal Way
2018 NHS Preservation Project RFB#18-005
PWC ver 4-15 Page 27 2018
52 8-22 PLASTIC EDGE LINE
405 I-F 4,00 I,tP2-0. 00
PROFILED PLASTIC VVIDE LINE
53 8-22
1,297 LF S S.DD 014-q5 .00
PLASTIC CROSSWALK LINE
54 8-22 1,475 SY 9). DO t 1 300 . DO
55 8-22 PLASTIC STOP LINE
100 ;2-$20.CO
PLASTIC TRAFFIC LETTER 282 LF 10
56 8-22 12 EA 50.03 3i DOO. Co
PLASTIC TRAFFIC ARROW
57 8-22
34 EA 200.00 .0$00. 00
PLASTIC YIELD LINE SYMBOL
58 8-22
16 EA 1 00.00 1 I WOO.DD
REMOVAL OF PAVEMENT MARKINGS
Ls n,CCM 23,DCC.DO
59 8-22 1
TEMPORARY PAVEMENT MARKING
60 8-23 22,413 LF 0. 20 4-H-$2..Lop
61 8-23 TEMPORARY RAISED PAVEMENT MARKERS , 00
REMOVAL OF TEMPORARY RAISED PAVEMENT MARKERS
4 HUND 500.00 2 OCO.
62 8-23
4 HUND 25D.D0 1 , 000.DO
--in ,20 ,„1 ,
SUBTOTAL SCHEDULE B I . T TVIIJo.v.A-1
City of Federal Way
2018 NHS Preservation Project RFB#18-005
PWC ver.4-15 Page 28 2018
Attachment t)
BID SIGNATURE PAGE
Date: 05/30/2018
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the 2018 NHS Preservation Project and comply with all other terms and
conditions of the contract and bid documents of RFB 18-005.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or corporation.
Miles Resources, LLC
-Gopper-ation/Partnership/Ine1Meltel- LLC Company
(Delete Two)
By:
(S', v"re)
Bradley Griffith
(Printed Name)
Its: General Manager
(Title)
400 Valley Ave. NE
Puyallup, WA 98372
(Address)
253-383-3585
(Telephone Number)
City of Federal Way RFB# 18-005
NHS Preservation Project Page 29 2018
RFB ver. 4-17
I S
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of$ 5%of Bid Amount , which amount is not less than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Miles Resources. LLC , as
Principal, and Liberty Mutual Insurance Company , as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount
and 00/100 dollars ($ 5%of Bid Amount ), for the payment of which the Principal and the Surety bond
themselves, their heirs and executors, administrators, successors and assigns, jointly and severally,
by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
NHS PRESERVATION 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.
SIGNED, SEALED AND DATED THIS 30th DAY OF May , 20ig.
Miles Reso
if
Bradley Griffith,GM Pr�'►- •al
Liberty tual Insu ,n;Compan €
is rof CO CL kly
Surety Aliceon A K Vis. �Y i r .
Date:
z , a
Received return of deposit in the sum of $ �'••ti�
.. ie,aasrrv...
City of Federal Way RFB#18-005
NHS Preservation Project Page 30 2018
RFB ver. 4-17
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 8038881
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,
Heather L.Allen;James B.Binder;Brandon K.Bush; Peter J.Comfort;Carley Espiritu;Diane M. Harding;Brent E.Heilesen;Kyle J.Howat;Cynthia L.
Jay;Aliceon A.Keltner;Christopher Kinyon;Jamie L.Marques;Mary S.Norrell;Jon J.Oja;Annelies M. Richie;Karen C.Swanson;Julie R.Truitt;Eric
A.Zimmerman
all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 14th day of March , 2018 . 5
CI
,c1 iNs`,, ni"&w -,,,,tNs;;,"1 The Ohio Casualty Insurance Company
4... ::10n.1, f .< oto')^-+r r ' +;i,"4,;n N
P
�q 2
Jr Fti _,.
0 1919 ° Liberty Mutual Insurance Company ai
1912 e y 1991 a West�jmerican Insurance Company .N
tv * * * By: 4771-2,77L 113
C STATE OF PENNSYLVANIA ss David M.Carey;Assistant Secretary C
++i COUNTY OF MONTGOMERY c
= O
d 0) On this 14th day of March , 2018,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v 1—
✓ w Company,The Ohio Casualty Company,and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
p? therein contained by signing on behalf of the corporations by himself as a duly authorized officer. W
U > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. O O.
yld P PASTCOMMONWEALTH OF PENNSYLVANIA �Q%�� 6 Q CI
.0 �o�aNwtF�`
�QNotarial Seal e
cz F- e 2 v Teresa Pastella,Notary Public. By: .911 —__ L 73O V OFF I Upper Merlon Twp.,Montgomery County Teresa Pastella,Notary Public y C
— y� SV, I My Commission Expires March 28,2021 7 r6
P
qRY_,,qti ' Member.Pennsylvania Association of Notaries a E
O.a+ as
C ` This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual to p
4iInsurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: «C
Oi
co` ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c
II to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y
O G acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 'a 3
E tai powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so �o d
p co executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >.c
1... the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. s Tr
4,N
.o c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E e;)
> ;v and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, M
O 7 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c o0
Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O o
executed such instruments shall be as binding as if signed by the president and attested by the secretary. p ca
Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- h-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed,
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked. _ ,. .
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Compa = t' •i,/et,�`I Q • ,20 (1 .
(,INs ...0.Ott �,
- •
P.v Vc� 42 .�J pµr` tF>L,� ��L S,es'cira: " :. • : 0 '� 0
0 1919 ^ >. 1912 z I v 199, }9 1 7 BY cry
.3 �� a x y „ii .Q Renee C.Lie , ssistant Secretary
O ..�y"5... --�\� 9T .,.4 ml`>” F 'A/DIANP . - I •..D .,
9
'• irk
• . . 289 of 400
LMS 12873 022017
Attachment F
SUBCONTRACTOR LIST
Ualaaaamm*
City of Federal Way Local Agency Subcontractor List
ins mem norm Repated toratiance alb ROY 3S4 NOW as mended
33325 8th Ave South
Federal Way, WA 98003-6325
To Be Submitted with the Bid Proposal
Pt*mtNeme 2018 NHS Preservation Project
Failure to list sobrionbarems with wham the bidder,if awarded the contracit wth directly subcontract for
performance of the work of etaitwo.ventaason and air connlionims phonhthg,as thisorthed kitChapler ifklea
RCW,and electrical,as described in Chapter 1928 litCW or naming more than one subcontractor M perform
the same work will result in your bid being non-responsive and therefore void.
StthoonitraciOns)with whiten the bidder sill Sunclay subcontract that are proposed to perform the work of henna.
ventilation and/*conditioning.pambing.as Oesabed in Cheater 18.106 RCW„and elecidokl as*barbed in Chaney
sus Row wumt be listed below_The work to be performed is to be Med baker the suboanknotage)name-
To Overslept the Picket loptude%OOP or more congeries of work referenced to filethrleitlinak and gg
gC.-
ie r the hither,
Subcontractor Name D+ClrY1 Eleetnr, 1C1C,OtYla
Work to be Performed
aavitc+i-e-14;c1A
Subcontractor Name
Work to be Performed
Subcontracts Name
Wort to he Performed
Stecortracio Name
Work to be Performed
Subcontractor Name
Work to be Performed
Bidders me notified that is the opinion of the enforcement agency that PVC or metal=diet itkidiall boxes,ebc.„are
considered"cal equipmere and therefore considered part of eternisel work,even lithe installation is fortes*use
and rowing or electrical current is connected Owing the month.
SR COTiftmaMMSNaW
RaillmiAMMO
City of Federal Way RFB#18-005
NHS Preservation Project Page 31 2018
RFB ver. 4-17
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale
Attachment G
INON-COLLUSION DECLARATION &NOTICE TO ALL BIDDERS
IFailure to ratios this tbb Deciffidion as part a the bid proposal packasse
asiVie the bel norsesponsive and ineligible for
'
NON-COLLUS E IN DECLARATION
L1 by - the ,under of
Ie,laws of �,,Dialed
statements are true correct
1_ That the izidem Styled petsatt(s),Finn,associabon or corporation has
(have)not,clean titer:0y or i ienbered"do any
parlicipated it any cohision,or olienvise taken any action in testraad of
free compeblive hicklayirr conrecbon with the project for which this
Iproposal
2. That by sigming the signalise page of this proposal,I am
deemed to have signed and to have agreed to the provisions
of tiffs-chclaration.
NOTICE TO ALL BIDDERS
To report rigM-rig aclinties cal
1 1-800-424-9071
The U.S.Department or Transportation(MOOT)operatesthe above tat-tree
hotline Monday Wasp Finlay,820 am_to Sin p_m_,eastern time. Anyone
with of possible bid rxjg g bidder collusion or other kaixident
acbvities should use the'hotline*to report such _
The hotline is part of UST's continuity effort to identify and kwesligate
high
way Wnstrtzfesi control.USDOT
and is the of the USDOT Oral. All idamiationwri be treated
confidentially and caller enormity will be respelled.
DOT Aim OTTDO EF
i9ZZ811
City of Federal Way RFB#18-005
NHS Preservation Project Page 32 2018
RFB ver. 4-17
Attachment H
UDBE UTILIZATION CERTIFICATION
41111116.
Uridorudiked Ditathintstiod etlainest
State
Deportment ot monoportosioi Enterprise Utiktinicei Ceittikatkin
To he erigibte forAward of this Corbact the Bidder shall fa out and submit as a sawbones(io its sealed eid Propos*on
Undengibed Disadvantaged Business enterprise(UDBE)Utilization Cedificallon The 01Wtradina Agana/shell comellor
as noriresponsive arid shall meet arty Bid Pravasai that razes not Chritala a UDEE iffacall61 Owilfication which properly
donor/drabs thatthe Odder will meet the UDSE partiMpadien requirements rn one of the manners provided for in the
proposed Conitrazt.Reflects the instructions on Page 2 when Mit;out this former the Bid may be tejected.An
erampb tons has been provided on Page 3_The successiti Bidder's LOOSE Maclellan Certification shit'he deserted a
part of the les"Contract.
eon 1; Miles Resources, LLC certifies that the DOSE firms laud hell:mime beencontacted
negarchig parllaipation on las paged.If this Bidder is successful on this project and is awarded the Contract If shall
assure that subcontracts or tam*agreements are receoubad with named UDOes Of necessary.use seldfarreisheets)
Bee2; 2018 NHS Preservation Project
Memel Wenn Caere 3 Cotatet4 Coins 5
Kane cd NM Project Rale Description atefork DeaarAmated Delialkageoft
Ore tratimerna teeetialindorM tam inikaciana Subcontrated tobeappeed
to utee Towardetteral
ore aseraham peetshudeno
BC Traffic LLC Subcontractor Traffic Control $266,551.85 $266,551.85
•
•
•
thderutiased Baadvmthged Business kell-iti+1-1-.kP2- Total LOBE Conembrnent Dollaribrount S266.551.85
Entail:terse ContMon of Award Contract Goal Bix 3 Bat 4
5Ei7;lly checking Box 5 Itiel3ktleris stating that their attempts to solicitstifficWrd LOBE partidpatkan In meet
the A Contract goal has been unsuccessful and good fath ercot wit be subegted in&cordon=with
Section 1-02.8 of the Contract
DOT Tam 212,1:05W
flO22D1lt
City of Federal Way RFB#18-005
NHS Preservation Project Page 33 2018
RFB ver 4-17
Attachment I
UDBE WRITTEN CONFIRMATION DOCUMENT
Underutilized Disadvantaged Business
Ilialimbo Moto
Dipireelog of nele, Enterprise(UDBE) Written
Confirmation Document
See Contract Provisions: UJ)BE Document Submittal Requirements
Disathbantaged Business Enterprise Pcrriicipation
THIS FORM SHALL ONLY BE SUBMITTED TO A UDBE THAT IS LISTED ON THE CONTRACTOR'S
UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE.
PART A:To be completed by the bidder
The enures below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business
Enterprise Utilization Certification.Failure top do so will result in Bid rejection. b p o
Contract Title: c26/8 /v V(l�rcg UMo J PQ)Fid, 10 t'UF, �,1 �1) e s
Bidder's Business Name: M t CF 3 Gia Q—?, L L C
UDBE's Business Name: PC / C
Description of UDBE's Words: ��fi 1-- C e 62.--
Dollar Amount to be Applied Towards UDBE Goat (9-6b SS I s
Dollar Amount to be Subcontracted to UDBE•:
Toomai Frac
PART B:To be completed by the Underutilized Disah antaged Business Enterprise
As an authorized representative of the Underutilized.Disadvantaged Business Enterprise,I confirm that we
have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work
described above.If the Bidder is awarded the Contract we will enter into an agreement with the Bidder to
participate in the project consistent with the information provided in Part A of this form
Name(printed): ,Irk
Signature: - IMP\ 1>tAA
Title: .1ANZ (
Address: Pv ecp<G1'0 0 Date: 615-77;,4
c)oar
.-7 >'lt-
coa.-r Alcoa» 1A/Pr
DOTF rn 622-0111.4
Revlon'02,2018
City of Federal Way RFB#18-005
NHS Preservation Project Page 34 2018
RFB ver. 4-17
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Attachment J
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
APWA-WA Division 1 Committee rev.1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent(By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: percent. 2_2_,`)/0
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Miles Resources, LLC
Signature of Au •• ze• • ial: Dat- 05/30/2018
Bradley G r h, Gene al Manager
City of Federal Way RFB#18-005
NHS Preservation Project Page 35 2018
RFB ver.4-17
Employment Security Department
WASHINGTON STATE
P.O.Box 9046 Olympia,WA 98507-9046 I Fax 360-902-9287
May 29, 2018
IMILES RESOURCES LLC
400 VALLEY AVE NE
PUYALLUP, WA 98372-2516
RE: ES Ref#: 59663700 0
This letter confirms that, as of the date shown above, you have an account and it is in good standing
with the Employment Security Department of the State of Washington.
This letter may be used for purposes of documenting bidder responsibility for public works
contracts.
If we may be of further assistance, please call the Registration, Inquiry, Standards and Coordination
(RISC) Unit at(360) 902-9450.
EMPLOYMENT SECURITY DEPARTMENT
1
i
1
I
1
I
I
I
I
I
I
I ".r
1
'...-d
".., .....,
; -
--, •.,.,
--
,,,
...,
...•••••
--4.
:.-1:;. ......, ....: ,
I '--,
,
......,
.-Y :".:.
-....,
,1
r...4 s...4 ..* „... ..... ' 4 ,,
...,
• >" --,.. r i
> ,..., --,
,.... •— ,-% C'4 —
....., """` * --
"cl.
—, ' re
-- , ,
P"". --
....
I :/:
r-'
..,..1
,,,, .--. r-
--„ --,-:
_ r•1 — z r.jj
..oor, r,• ''''
....... •,..
,' c•I ..-. '.--
''..) '
:.. ,......i
,,..., ,....,
> '.."----
,,z, ",',..0 ........
L-.....,. ,..., '*--' 4...... .......
.. •• ..- ,•-••• '....) .=
I --:
--
.....f,j
,1) CL,..' .'2,1., .„_,,'
I
I
t)
I '7"
.....
f.:
— "--",
V%
I
— 1-
..1-
.c.t.
,..z., 1,..._
cc) z• rn
7.7
s.....,
n V..' C....) ,.....
.....
.,
5 <• <
I —1
— . -.
..,--.... •71- ..-- _
,..,
c./D „„-z• —_,
c.Tj ..• .j .....,
I -*
....... .., r,
—1- ' >-
>-.
6....1 L.;,.. 0
I
I
I
AUTHORIZATION TO ACT ON BEHALF OF
MILES RESOURCES, LLC
A WASHINGTON LIMITED LIABILITY COMPANY
IWHEREAS, Miles Resources, LLC (the"Company") is a Washington limited liability company
organized for purposes of(among other things)managing and operating business assets used in connection
with the Company's construction,paving and related activities;
WHEREAS,all authority to operate the business and affairs of the Company is vested in one or
more mangers,and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby
I (hereinafter the"Managers");
WHEREAS,the Mangers of the company intend to delegate certain authority relating to the day-
to-day operations of the company to the individuals identified below;
' NOW THEREFORE, be it resolved as follows:
I RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations
Managers: of the Company named below;
RESOLVED, that each of the Operations Managers,acting individually, shall have the power and
I authority to manage the day-to-day business of the company. Without limiting the generality of the
foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts
on behalf of the Company, sign documents relating to such contracts, and to engage in any other acts
related to the Company's day-to-day operations;
I
RESOLVED, that Krystal Amos is hereby appointed as Operations Mangers of the company to
fulfill the duties described above.
IRESOLVED, that Bradley Deakins is hereby removed as Operations Mangers of the company.
For the purpose of execution of the Authorization, a facsimile or electronically scanned signature
I shall have the same force and effect as an original signature. This Agreement may be executed in one or
more counterparts,all of which shall be considered one and the same Agreement.
SIGNED and EFFECTIVE this l'` day of August. 2017
I
MILES RESOURCES, LLC OPERATIONS MANAGERS
I
. //./ j
i
Walt Miles
IBy: Bradley G ' tth /
Its: Manager and Member Operations Ma ager
'-//,/( A' .1f,•71/,'i,•-•-.:vi) 1..,e---'
‘', / I 0
IBy: Lisa Kittilsby - An • la Reis
Its: Manager and Member O .ations Manager
By: Tim Kittilsby Krystal Amos
' Its: Manager Operations Manager
1
I , di '
Attachment K
1 PUBLIC WORKS CONTRACT
FOR
2018 NHS PRESERVATION PROJECT
1n' THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 1� day of
, 201 11 and is made by and between the City of Federal Way, a Washington
municipa corporation ("City or Owner"), and Miles Resources, LLC, a Washington limited liability
company ("Contractor").
).
i A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the NHS Preservation Project located in Federal
Way, Washington ("Property"); and
B. The Contractor has the requisite skill a ski I and experience to perform such work.
I'I I NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work.
pContractor 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 NHS Preservation Project, including
without limitation: overlay existing asphalt t concrete pavement in two (2) different locations within
the City of Federal Way (approximately 8,500 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; NHS Preservation 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; FHWA 1273 attached as Appendix A; Addenda
and Change Orders; 2018 Asphalt Overlay Project Special Provisions; 2018 WSDOT / APWA
Standard Specifications for Road, Bridge and Municipal Construction; Contract Special Provisions;
Standard Plans and Details attached as Appendix B; Current Prevailing Wage Rates and Benefit
Code Key attached as Appendix C; 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 in 112
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
City of Federal Way RFB# 18-005
NHS Preservation Project Page 36 2018
RFB ver.4-17
i . ,
Notice of Completion of Public Works Contract in the form attached hereto as Exhibit
I
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.
iLIQUIDATED DAMAGES FORMULA
i LD = 0.15C
T
Where: LD = Liquidated damages per working day (rounded to
i the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is City
completed to the extent that the has full and unrestricted use and
P
benefit of the facilities, both from an operational and safety standpoint, the City may determine the
I 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.
i1.4 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
City of Federal Way RFB# 18-005
NHS Preservation Project Page 37 2018
RFB ver.4-17
i L
notice required above, as the case may be, submit to the City a written statement setting forth the
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
extend such five (5) day submittal period upon request by the Contractor. The Contractor shall
supply such supporting documents and analysis for the claims as the City may require to determine
if the claims and costs have merit. No claim 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.
k1.7 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
1 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.
i1.9 Air Environment. Contractor shall fully cover anyand all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
i 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.
i2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
i 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.
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 38 2018
111 RFB ver.4-17
I .
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
the City.
Ito
4.4 Method of Payment. The basis of payment will be the actual quantities of work
3 performed according to the contract and as specified for payment. Payments will be made for work
I 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
I obligation under this Contract may be adequate reason for the City to withhold payments until the
obligation is performed.
I 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.
I5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and employment
I made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for
training, including apprenticeship. Contractor shall comply with, and shall not violate any of the
terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With
Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
I applicable federal, state, or local law or regulation regarding non-discrimination. Any material
violation of this provision shall be grounds for termination of this Contract by the City and, in the
case of the Contractor's breach, may result in ineligibility for further City agreements. If this project
involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit F.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
City of Federal Way RFB# 18-005
NHS Preservation Project Page 39 2018
111 RFB ver.4-17
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
II 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
I
a State of Washington retirement system and agrees to indemnify any losses the City may sustain
through the Contractor's failure to do so.
i7. CITY'S RIGHT TO TERMINATE CONTRACT
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
I 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.
I7.2 Termination For Cause. The Citymayimmediatelyterminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
(1) If the Contractor should be adjudged a bankrupt.
(2) If the Contractor should make a general assignment for the benefit of its
creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
II (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.
I (6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
I (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.
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 40 2018
RFB ver.4-17
i .
(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.
I 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:
I (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
I the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
I (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)I
Remedies Not Exclusive. No remedyor election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all other
Iremedies available to the City at law, in equity or by statute.
8. INDEMNIFICATION
1 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, and volunteers harmless from any and all
claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any
and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
1 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,
I 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.
City of Federal Way RFB# 18-005
NHS Preservation Project Page 41 2018
RFB ver.4-17
k .
9. INSURANCE
I9.1 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:
I (1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
I (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 liabilityinsurance with combined single limits of liabilitynot less than
9
$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
Ifollowing 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)
k .
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.
I (5) Coverage shall be written on an "occurrence" form as opposed to a "claims
made"or"claims paid"form.
11 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the
coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached
hereto as Exhibit"D," which certificate must be executed by a person authorized by the insurer to
bind coverage on its behalf. The City reserves the right to require complete certified copies of all
required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under
its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must
be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor
shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond
guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles
or self-insured retentions.
City of Federal Way RFB# 18-005
NHS Preservation Project Page 42 2018
111 RFB ver.4-17
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'sh
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
iCity may then award this Contract to the next lower bidder.
10. PERFORMANCE/PAYMENT BOND
I Pursuant to RCW 39.08.010, Contractor shallPa ost a Performance/Payment Bond in favor of
p / Y
the City, in the form attached to this Contract as Exhibit"E"and incorporated by this reference, in a
dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and
to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
iContractor's obligations under this Contract shall not be limited to the dollar amount of the bond.
11. SAFETY
iContractor 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
i 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
1 i 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
k 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
1 i benefits are listed in Appendix C. 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 C.
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
1 benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid.
City of Federal Way RFB# 18-005
NHS Preservation Project Page 43 2018
11 RFB ver.4-17
i
14. OWNERSHIP OF DOCUMENTS
IAll 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.
1 17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the
1 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
I thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs
from any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration
with the State of Washington; has a current state unified business°identifier number; is not
disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has
industrial insurance as required by Title 51 RCW, if applicable; has an employment security
department number as required in Title 50 RCW, if applicable; has a state excise tax registration
number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as
required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as
required by Chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
documentation to the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
Cityof Federal WayRFB#18-005
NHS Preservation Project Page 45 2018
RFB ver.4-17
i , ,, ,
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
ROW, 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.
I19.2 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
Iinterest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
III 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
IIContractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties'successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
I 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.
Cityof Federal WayRFB# 1 -
8 005
NHS Preservation Project Page 46 2018
RFB ver.4-17
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 or by email
to Jeff Huynh at jeff.huynh@cityoffederalway.com for the City, and to Jeff Williams
at email address: Jeff.williams@milesresources.com for the Contractor. Any notices
may be delivered personally to the addressee of the notice, emailed to the contact listed above, 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. lime is of the essence of this Contract and each and all of its provisions
in which performance is a factor. Adherence to completion dates is essential to the Contractor's
performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54,
as amended, occurs as a result of the formation and/or performance of this Contract, this Contract
may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of
any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the
controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
[signature page follows]
I
1
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 47 2018
RFB ver.4-17
CITY OF FEDERAL WAY:
By:
Ferrell, Mayor
33325 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
I • ha ie Courtney, CMC, id lerk
APPROVED AS TO FORM:
i 141 dk0
40. Ryan Call, City Attorney
MILES RESOURCES, C:
By: 4 .z
Bradley Gam' !'r, O,erati•ns Manager
400 Va,cs ,ve N•
Puyallup, WA 98'72
(253) 383-3585
STATE OF WASHINGTON )
) ss.
COUNTY OF Pierce )
On this day personally appeared before me Bradley Griffith, to me known to be the Operations
I Manager of Miles Resources, LLC that executed the foregoing instrument, and acknowledged the
said instrument to be the free and voluntary act and deed of said limited liability company, for the
uses and purposes therein mentioned, and on oath stated that he was authorized to execute said
instrument
GIVEN my hand and official seal this 26th day of June , 2018.
i ....0,"wok,4%.
0.�AM ' ll
G.......,��.� yI An a Reis
?Q/ TposoN "�N� �� (typed/printed name of notary)
s ARY Notary Public in and for the State of Washington.
pUBUG -, 5 My commission expires 3/19/2022
II o V
1t IAA 3.
Cityof Federal WayRFB# 1 -005
8
NHS Preservation Project Page 48 2018
RFB ver.4-17
I
EXHIBIT A
INOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
I
3rATQ
El Original
n ❑ Revised#
oY
�a taev�
INOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Date: Contractor's UBI Number:
N
Assigned to:
Date Assigned:
I UBI Number:
Notice is hereby given relative to the completion of contract or project described below
Project Name Contract Number Job Order Contracting
❑ Yes ❑ No
Description of Work Done/Include Jobsite Address(es)
I Federally funded transportation project? ❑ Yes ❑ No (if yes,provide Contract Bond Statement below)
Contractor's Name E-mail Address Affidavit ID*
I Contractor Address Telephone#
If Retainage is not withheld,please select one of the following and List Surety's Name&Bond Number.
❑ Retainage Bond ❑ Contract/Payment bond(valid for federally funded transportation projects)
I
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. Lives ❑No
I Affidavit ID*-No L&t release will be granted until all affidavits are listed.
Contract Amount $
Additions (+) $ Liquidated Damages$
Reductions (-) $ Amount Disbursed$
Sub-Total $ 0.00 Amount Retained$
Sales Tax Rate %
(If various rales apply,please send a breakdown)
I Sales Tax Amount $
TOTAL $ 0 00 TOTAL $ 0.00
NOTE:These two totals must be equal
CQm ne ts:
I
I 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: Title:
I
Email Address: Phone Number:
Department of Revenue wanes:Am sure of Employment Security
ta
P 1 oepamnent Department Public Works Section Labor&IndustriesRegistration,Inquiry,
I (360)PWC 704-5650oraContract Release Standards S Coordination
PWC@dr.w .gov (855)545-8163,option#4 Unit
ContractRelease@LNi.WA.GOV (360)902-9450
publicwork s@esd.wa.gov
REV 31 0020e(10/26/15) F215-038-000 10-2014
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 49 2018
IRFB ver.4-17
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
' Subcontractor's Name: UBI Number:(Required) Affidavit ID*
I
I
I
I
1
' For tax assistance or to request this document in an alternate format,please call L-800-647-7706.Teletype(TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum(10/26/15) F215-038-000 10-2014
1
Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 50 2018
' RFB ver.4-17
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
rSUMMARY 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? ❑Yes❑No
If"Yes"Will the Policies Be Extended? ❑Yes❑No
PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
1
TOTAL NET CONTRACT: INCREASE$ DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
' DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
I
CONTRACTOR'S SIGNATURE DATE
• DIRECTOR'S SIGNATURE DATE
City of Federal Way RFB# 18-005
NHS Preservation Project Page 51 2018
RFB ver.4-17
' ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑DECREASED $
PAY THIS ADJUSTED AMOUNT: $
111
DIRECTOR'S SIGNATURE DATE
1
' Cityof Federal WayRFB# 18-005
NHS Preservation Project Page 52 2018
' RFB ver.4-17
I
I EMU?C
i
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
iTO: ALL EMPLOYEES
I AND TO: Laborers, Operators,Teamsters
(Name of Union or Organization)
The undersigned currently holds contract(s) with 2018 NHS Preservation Project involving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime
contractor holding such contract(s).
iYou 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,
icolor, creed or national origin. This obligation not to discriminate in employment includes, but is not
limited to, the following:
iEMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
iRATES OF PAY OR OTHER FORMS OF COMPENSATION
iSELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
i 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: Jeff Huynh
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
x e 4
Bral 402111,
Miles Resources, LLC
(Contractor or subcontractor)
6/26/2018
Date
i
I City of Federal Way
NHS Preservation Project
Page 53 RFB# 18-005
2018
RFB ver.4-17
EXHIBIT D
CERTIFICATE OF INSURANCE
1
1 1
I
I
City of Federal Way RFB# 18-005
' NHS Preservation Project Page 54 2018
RFB ver.4-17
IClient#: 17793 MILESAND DATE(MMIDDmyY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 7/09/2018
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 CONTACT
NAME: Sharnel Di Vona
Propel Insurance PHONE 800 499-0933 FIC 866 577-1326
(A/C,No,Ext): (A/C,No):
Tacoma Commercial Insurance E-MAISharnel.Divona r0 elinsurance.com
1201 Pacific Ave,Suite 1000 ADDRESS: @p p
Tacoma,WA 98402 INSURER(S)AFFORDING COVERAGE NAIL#
I10804 A:Continental Western Ina Co 10804
INSURED Axis Surplus Insurance Company 26620
Miles Resources LLC INSURER B: P w y
400 Valley Ave NE INSURER C:
INSURER D:
I
Puyallup,WA 98372
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
U
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.
LTR TYPE OF INSURANCE INSRL WVD POLICY NUMBER (SUBR MM/LDDY/YYYY) (MM/LDDY/YYYY) LIMITS
' A X COMMERCIAL GENERAL LIABILITY CPA2865825 04/01/2018 04/01/2019_EACH
�OCCURRENCE $1,000,000
CLAIMS-MADE X OCCUR PREMISES(Ea occur ence) $300,000
X PD Ded: $1,000 MEDEXP(Anyoneperson) $10,000
I
X CG0001 04/13 PERSONAL&ADV INJURY $1,000,000
GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY X JECOT I LOC PRODUCTS-COMP/OP AGG $2,000,000
7 OTHER: $
' A AUTOMOBILE LIABILITY
X ANY AUTO CPA2865825 04/01/2018 04/01/2019 COMBINEDaccident)SINGLE LIMIT
{Ea BODILY INJURY(Per person) $
$1,000,000
ALL OWNED ^SCHEDULED BODILY INJURY(Per accident) $
AUTOS AUTOS
I
$
X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE
AUTOS (Per accident)
X CA0001 10/13 $
A x UMBRELLA LIAB X OCCUR CPA2865825 04/01/2018 04/01/2019_EACH OCCURRENCE $5,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000
DED X RETENTION$0 $
WORKERS COMPENSATION WA StopGa Only: PER OTH-
AND EMPLOYERS'LIABILITY Y/N p y. STATUTE ER
A ANY PROPRIETOR/PARTNER/EXECUTIVE CPA2865825 04/01/2018 04/01/2019 E.L.EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED? N N/A
I (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
B Pollution w/Mold CP002314012017 04/01/2017 04/01/2019 $1,000,000/$2,000,000
A Installation Fltr CIM2982131 04/01/2018 04/01/2019 $100,000/$2,500 ded.
IA Leased/Rented Eq CIM2982131 04/01/2018 04/01/2019 $800,000/$5,000 ded.
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE:2018 NHS Preservation Project(RFB 18-005)-City of Federal Way.
m Additional Insured Status applies per attached form(s).
CERTIFICATE HOLDER CANCELLATION
' Cityof Federal WaySHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2014 ACORD CORPORATION.All rights reserved.
I ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S3276122/M3180860 KTROO
I
This page has been left blank intentionally.
I
I
I
I
I
i
I
I
I
I
' COMMERCIAL GENERAL LIABILITY
CL CG 04 92 09 16
I
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ULTRA PLUS ENDORSEMENT
I
This endorsement modifies insurance provided under the following:
ICOMMERCIAL GENERAL LIABILITY COVERAGE PART
I
SUMMARY OF COVERAGE EXTENSIONS
Provision Name Of Coverage Extension Included or Limit of
Insurance
IA. Miscellaneous Additional Insureds Included
B. Expected Or Intended Injury Or Damage Included
IC. Knowledge Of Occurrence Included
D. Legal Liability—Damage To Premises Rented To You (Fire, Lightning, $300,000
Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems)
E. Medical Payments $10,000
IF. Mobile Equipment Redefined Included
G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Included
Company And Extended Period Of Coverage
I
H. Who Is An Insured—Amendment Included
I. Non-Owned Watercraft(Increased to maximum length of less than 51 Included
feet)
I J. Supplementary Payments— Increased Limits
1. Bail Bonds $3,000
2. Loss Of Earnings $ 1,000
K. Unintentional Omission Or Unintentional Error In Disclosure Included
L. Waiver Of Transfer Of Rights Of Recovery Against Others Included
M. Liberalization Clause Included
IN. Incidental Medical Malpractice Included
The above is a summary only. Please consult the specific provisions that follow for complete information on the
extensions provided.
IThe provisions of the Commercial General Liability additional insured on your policy, provided
Coverage Part apply except as otherwise provided in that:
this endorsement. This endorsement applies only if
I
a. The written contract or written agreement
such Coverage Part is included in this policy.
is:
A. MISCELLANEOUS ADDITIONAL INSUREDS (1) Currently in effect or becoming
I
1. Section II —Who Is An Insured is amended effective during the term of this
to include as an insured any person or policy; and
organization (referred to as an additional
insured below) described in Paragraphs (2) Fully executed by you and the
I
A.1.c.(1) through A.1.c.(8) below when you additional insured prior to the "bodily
and such person or organization have agreed injury", "property damage" or "per-
sonal and advertising injury".
in writing in a contract or agreement that
such person or organization be added as an
I
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7
with its permission
I
b. The insurance afforded by this provision performed by or on behalf of
does not apply to any person or such additional insured. I
organization included as an additional (4) Lessor Of Leased Equipment
insured by a separate endorsement
issued by us and made a part of this Any person(s) or organization(s)
policy or coverage part. from whom you lease equipment but
I
c. Only the following persons or organi- only with respect to liability for"bodily
zations are additional insureds under this injury", "property damage" or "per-
sonal and advertising injury" caused,
I
provision, with coverage for such in whole or in part, by your
additional insureds limited as provided maintenance, operation or use of
herein: equipment leased to you by such
(1) Managers Or Lessors Of Premises person(s)or organization(s).
I
A manager or lessor of premises but A person's or organization's status
only with respect to liability arising as an additional insured under this
out of the ownership, maintenance or endorsement ends when their written
I
use of that part of the premises contract or written agreement with
leased to you and subject to the you for such leased equipment ends.
following additional exclusions: This insurance does not apply to any
This insurance does not apply to: "occurrence" which takes place after I
(a) Any "occurrence" which takes the equipment lease expires.
place after you cease to be a (5) State, Municipality, Governmental
I
tenant in that premises. Agency Or Subdivision Or Other
(b) Structural alterations, new con- Political Subdivision — Permits Or
struction or demolition operations Authorizations Relating To
performed by or on behalf of PremisesI
such additional insured. Any state, municipality, govern-
mental agency or subdivision or
(2) Mortgagee, Assignee Or Receiver other political subdivision subject to
A mortgagee, assignee, or receiver the following additional provisions: I
but only with respect to their liability
as mortgagee, assignee, or receiver (a) This insurance applies only with
and arising out of the ownership, respect to: I maintenance, or use of a covered (i) The following hazards for
premises by you. which the state, municipality,
This insurance does not apply to governmental agency or
structural alterations, new con- subdivision or other political
struction or demolition operations subdivision has issued a
performed by or on behalf of such permit or authorization in
additional insured. connection with premises I you own, rent or control and
(3) Owners Or Other Interests From to which this insurance
Whom Land Has Been Leased applies:
An owner or other interest from (1.1) The existence,
I
whom land has been leased to you maintenance, repair,
but only with respect to liability construction, erection
arising out of the ownership, mainte- or removal of adver-
nance
I or use of that part of the land tising signs, awnings,
leased to you and subject to the canopies, cellar
following additional exclusions: entrances, coal holes, I driveways, manholes,
This insurance does not apply to: marquees, hoist away
(a) Any "occurrence" which takes openings, sidewalk
place after you cease to lease vaults, street banners
that land. or decorations and111
(b) Structural alterations, new similar exposures; or
con-
struction or demolition operations I
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 7
with its permission
I
(1.2) The construction, erec- The insurance afforded the
I tion or removal of
elevators; or vendor does not apply to:
(i) "Bodily injury" or "property
(1.3) The ownership, main- damage" for which the
I tenance or use of any
elevators covered by vendor is obligated to pay
damages by reason of the
this insurance. assumption of liability in a
(ii) Operations performed by you written contract or written
I
or on your behalf for which agreement. This exclusion
the state, municipality, does not apply to liability for
governmentaldamages that the vendor
agency or
would have in the absence of
I
subdivision or other political
subdivision has issued a the written contract or written
agreement;
permit or authorization.
' (b) This insurance does not apply to (ii) Any express warranty unau-
"bodily injury", "property dam- thorized by you;
age"or"personal and advertising (iii)Any physical or chemical
injury" arising out of operations change in the product made
I performed for the state, munici- intentionally by the
pality, governmental agency or vendor;
subdivision or other political
subdivision.
(6) Con (iv) Repackaging, except when
I unpacked solely for the
trolling Interest purpose of inspection,
Any person(s) or organization(s)with demonstration, testing, or the
Ia controlling interest in the Named substitution of parts under
Insured but only with respect to their instructions from the manu-
liability arising out of: facturer, and then
repackaged in the original
I (a)Their financial control of you; or container;
(b) Premises they own, maintain or (v) Any failure to make such
control while you lease or occupy inspections, adjustments,
I these premises. tests or servicing as the
This insurance does not apply to vendor has agreed to make
or normally undertakes to
structural alterations, new con-
make in the usual course of
I struction or demolition operations
performed by or for such person(s) business, in connection with
or organization(s). the distribution or sale of the
products;
(7) Co-Owner Of Insured PremisesI (vi) Demonstration, installation,
A co-owner of a premises co-owned servicing or repair opera-
by you and covered under this tions, except such operations
insurance but only with respect to the performed at the vendor's
I co-owner's liability as co-owner of
such premises. premises in connection with
the sale of the product;
(8) Vendors (vii) Products which, after distri-
I (a) Any person(s) or organization(s) bution or sale by you, have
(referred to as vendor), but only been labeled or relabeled or
used as a container, part or
with respect to "bodily injury" or
"property damage" arising out of ingredient of any other thing
I "your products" which are or substance by or for the
vendor; or
distributed or sold in the regular
course of the vendor's business.
I
ICL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7
with its permission
I
(viii)"Bodily injury" or "property 3. With respect to the insurance afforded to the
damage" arising out of the additional insureds within this Provision A. I sole negligence of the Miscellaneous Additional Insureds, the
vendor for its own acts or following is added to Section III — Limits Of
omissions or those of its Insurance: 1
employees or anyone else The most we will pay on behalf of the
acting on its behalf. How- additional insured is the amount of insurance:
ever, this exclusion does not
apply to: a. Required by the written contract or
I
(1.1) The exceptions written agreement; or
contained in Sub- b. Available under the applicable Limits Of
paragraphs (iv) or (vi); Insurance shown in the Declarations; I
or whichever is less.
(1.2) Such inspections, ad-
justments, tests or This endorsement shall not increase the
servicing as the applicable Limits Of Insurance shown in the
I
vendor has agreed to Declarations.
make or normally B. EXPECTED OR INTENDED INJURY OR
undertakes to make in DAMAGE
I
the usual course of
business, in con- Exclusion 2.a. Expected Or Intended Injury of
nection with the Section I — Coverage A — Bodily Injury And
distribution or sale of Property Damage Liability is deleted and
I
the products. replaced by the following:
(b) This insurance does not apply to a. Expected Or Intended Injury Or Damage
any insured person or organi- "Bodily injury"or"property damage"expected
I
zation, from whom you have or intended from the standpoint of the
acquired products, or any insured. This exclusion does not apply to
ingredient, part or container, "bodily injury" or "property damage" resulting
I
entering into, accompanying or from the use of reasonable force to protect
containing such products. persons or property.
2. With respect to coverage provided by this C. KNOWLEDGE OF OCCURRENCE
Provision A. Miscellaneous Additional IParagraph 2.a. Duties In The Event Of
Insureds, the following additional provisions
apply: Occurrence, Offense, Claim Or Suit of Section
IV — Commercial General Liability Conditions
a. Any insurance provided to an additional is deleted and replaced bythe following:
P 9
insured designated under Paragraphs
A.1.c.(1) through A.1.c.(8) above does a. You must see to it that we are notified as
not apply: soon as practicable of an "occurrence" or an
offense which may result in a claim only
I
(1) To "bodily injury" or "property when the "occurrence" or offense is known
damage" included within the to:
"products-completed operations
hazard"; or (1) You, if you are an individual;
I
(2) To "bodily injury", "property damage" (2) A partner, if you are a partnership;
or "personal and advertising injury" (3) A manager, if you are a limited liability
arising out of the sole negligence of company; or
such additional insured.
(4) An "executive officer" or the "employee"
b. The insurance afforded to such additional designated by you to give such notice, if
insured only applies to the extent you are an organization other than a I permitted by law. partnership or a limited liability company.
c. The insurance afforded to such additional To the extent possible, notice should include:
insured will not be broader than that
I
which you are required to provide by the (i) How, when and where the "occurrence"
written contract or written agreement. or offense took place;
I
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 4 of 7
with its permission
I
(ii) The names and addresses of any injured you, or in the case of damage by fire,
I
persons and witnesses; and lightning, explosion, "smoke", or leakage
(iii)The nature and location of any injury or from automatic fire protective systems,
damage arising out of the "occurrence" while rented to you or temporarily
or offense. occupied by you with permission of the
ID. LEGAL LIABILITY — DAMAGE TO PREMISES owner.This limit will apply to all damage
RENTED TO YOU (Fire, Lightning, Explosion, proximately caused by the same event,
I Smoke, Or Leakage From Automatic Fire
Protective Systems) whether such damage results from fire,
lightning, explosion, "smoke", leakage
If damage to premises rented to you is not from automatic fire protective systems, or
I
otherwise excluded from this policy or coverage other covered causes of loss or any
part, then the following provisions apply: combination thereof.
1. Under Section I — Coverage A — Bodily 4. Subparagraph b.(1)(a)(ii) of Paragraph 4.
Injury And Property Damage Liability, the Other Insurance of Section IV —
' last paragraph (after the exclusions) is Commercial General Liability Conditions
deleted and replaced by the following: is deleted and replaced by the following:
Exclusions c.through n. do not apply to dam- (ii) That is fire, lightning, explosion, "smoke"
I
age by fire, lightning, explosion, "smoke", or or leakage from automatic fire protective
leakage from automatic fire protective systems insurance for premises rented to
systems to premises while rented to you or you or temporarily occupied by you with
I temporarily occupied by you with the permission of the owner;
permission of the owner. A separate limit of 5. Subparagraph a. of Definition 9. "Insured
insurance applies to this coverage as contract" of Section V — Definitions is
described in Section III — Limits Of deleted and replaced by the following:
I
Insurance.
2. The paragraph immediately after Sub- a. A contract for a lease of premises.
paragraph j.(6) of Paragraph 2. Exclusions However, that portion of the contract for
of Section I — Coverage A — Bodily Injury a lease of premises that indemnifies any
I And Property Damage Liability is deleted person or organization for damage by
and replaced by the following: fire, lightning, explosion, "smoke" or
leakage from automatic fire protective
' Paragraphs (1), (3) and (4) of this exclusion systems to premises while rented to you
do not apply to "property damage" (other or temporarily occupied by you with
than damage by fire, lightning, explosion, permission of the owner is not an
"smoke", or leakage from automatic fire "insured contract".
I protective systems) to premises, including 6. As used in this Provision D. Legal Liability—
the contents of such premises, rented to you Damage To Premises Rented To You:
for a period of seven or fewer consecutive
days. A separate limit of insurance applies to "Smoke" does not include smoke from
I
Damage To Premises Rented To You as agricultural smudging, industrial operations
described in Section III — Limits Of or"hostile fire".
Insurance. E. MEDICAL PAYMENTS
I
3. Paragraph 6. of Section III — Limits Of
Insurance is deleted and replaced by the If Coverage C — Medical Payments is not
following: otherwise excluded from this policy or coverage
part, the Medical Expense Limit is changed,
I 6. Subject to Paragraph 5. above, the
greater of: subject to the terms of Section III — Limits Of
Insurance, to the greater of:
a. $300,000; or a. $10,000; or
I
b. The Damage To Premises Rented
To You Limit shown in the b. The Medical Expense Limit shown in the
Declarations.
Declarations, F. MOBILE EQUIPMENT REDEFINED
I is the most we will pay under Coverage
A for damages because of "property Subparagraph f.(1) of Definition 12. "Mobile
damage" to premises while rented to equipment" of Section V— Definitions is deleted
and replaced by the following:
ICL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7
with its permission
I
(1) Equipment with a gross vehicle weight of partnership or limited liability company
1,000 pounds or more and designed primarily are the same or similar to the operations I
for: of insureds already covered under this
(a) Snow removal; insurance;
(b) Road maintenance, but not construction (v) Coverage only applies for those limited
I
or resurfacing; or liability companies who have established
a date of formation as recorded within
(c) Street cleaning; the filed state articles of organization,
I
G. NEWLY FORMED OR ACQUIRED ORGANIZA- certificates of formation or certificates of
TION, PARTNERSHIP OR LIMITED LIABILITY organization; and
COMPANY AND EXTENDED PERIOD OF (vi) Coverage only applies for those part-
COVERAGE nerships who have established a date of
I
Paragraph 3. of Section II —Who Is An Insured formation as recorded within a written
is deleted and replaced by the following: partnership agreement or partnership
certificate.
3. Any organization you newly acquire or form, H. WHO IS AN INSURED—AMENDMENT
other than a joint venture, and over which
you maintain ownership or: The last paragraph of Section II — Who Is An
a. Majority interest of more than 50% if you Insured is deleted and replaced by the following:
I
are a corporation; No person or organization is an insured with
b. Majority interest of more than 50% as a
respect to the conduct of any:
general partner of a newly acquired or a. Current partnership or limited liability
I
formed partnership; and/or company, unless otherwise provided for
o under Paragraph 3. of Section II — Who Is
c. Majority interest of more than 50% as an An Insured;
owner of a newly acquired or formed
I
limited liability company; b. Current joint venture; or
will qualify as a Named Insured if there is no c. Past partnership, joint venture or limited
other similar insurance available to that liability company;
I
organization. However, for these organiza- that is not shown as a Named Insured in the
tions: Declarations.
(i) Coverage under this provision is afforded I. NON-OWNED WATERCRAFT
I
only until the next anniversary date of
this policy's effective date after you Subparagraph (2) of Exclusion 2.g. Aircraft,
acquire or form the organization, Auto Or Watercraft of Section I — Coverage A
partnership or limited liability company, — Bodily Injury And Property Damage Liability I
or the end of the policy period, whichever is deleted and replaced by the following:
is earlier; (2) A watercraft you do not own that is:
(ii) Section I - Coverage A- Bodily Injury
I
And Property Damage Liability does (a) Less than 51 feet long; and
not apply to "bodily injury" or "property (b) Not being used to carry persons or
damage" that occurred before you property for a charge.
acquired or formed the organization, J. SUPPLEMENTARY PAYMENTS - INCREASED I
partnership or limited liability company; LIMITS
(iii) Section I - Coverage B - Personal
And Advertising Injury Liability does Section I - Supplementary Payments - I
not apply to "personal and advertising Coverages A And B is changed as follows:
injury" arising out of an offense 1. The limit shown in Paragraph 1.b. for the
committed before you acquired or formed cost of bail bonds is changed from $250 to
I
the organization, partnership or limited $3,000; and
liability company;
2. The limit shown in Paragraph 1.d. for loss of
(iv) Coverage applies only when operations earnings because of time off from work is
I
of the newly acquired organization, changed from $250 a day to$1,000 a day.
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 7 I
with its permission
I
I
K. UNINTENTIONAL OMISSION OR UNINTEN- M. LIBERALIZATION CLAUSE
I TIONAL ERROR IN DISCLOSURE The following is added to Section IV —
The following provision is added to Paragraph 6. Commercial General Liability Conditions:
Representations of Section IV — Commercial If we adopt a mandatory attachment form change
I General Liability Conditions: which broadens coverage under this edition of
However, the unintentional omission of, or the Commercial General Liability CG0001 for no
unintentional error in, any information given or additional charge, and those changes are
I provided by you shall not prejudice your rights
under this insurance. intended to apply to all insureds under this edition
of CG0001, that change will automatically apply
This provision does not affect our right to collect to your insurance as of the date we implement
additional premium or to exercise our right of the change in your state. This liberalization
I
cancellation or non-renewal. clause does not apply to changes implemented
through introduction of a subsequent edition of
L. WAIVER OF TRANSFER OF RIGHTS OF the Commercial General Liability form CG0001.
RECOVERY AGAINST OTHERS
I
N. INCIDENTAL MEDICAL MALPRACTICE
The following is added to Paragraph 8. Transfer 1. Paragraph 2.a.(1)(d) of Section II — Who Is
Of Rights Of Recovery Against Others To Us
of Section IV — Commercial General Liability An Insured does not apply to a physician,
I
Conditions: nurse practitioner, physician assistant, nurse,
emergency medical technician or paramedic
We waive any right of recovery we may have employed by you if you are not in the
against any person or organization because of business or occupation of providing medical,
I payments we make for injury or damage arising paramedical, surgical, dental, x-ray or
out of your ongoing operations or"your work"and nursing services.
included in the "products-completed operations 2. This provision is excess over any other valid
I hazard" when you have agreed in a written and collectible insurance whether such
contract or written agreement that any right of
recovery is waived for such person or insurance is primary, excess, contingent or
organization. This waiver applies only to the on any other basis. Any payments by us will
follow Paragraph 4.b. of Section IV -
person(s) or organization(s) agreed to in the
I written contract or written agreement and is Commercial General Liability Conditions.
subject to those provisions.
I This waiver does not apply unless the written
contract or written agreement has been executed
prior to the"bodily injury"or"property damage".
I However, if any person or organization is
separately scheduled on a separate waiver of
transfer of rights of recovery which is attached to
this policy, then this waiver does not apply.
I
I
I
I
I
ICL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7
with its permission
1
This page has been left blank intentionally.
1
1
1
i
1
I
I COMMERCIAL GENERAL LIABILITY
CL CG 05 29 10 17
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ULTRA PLATINUM
I ENHANCEMENT COVERAGES
I
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
IA. The following coverage is added: paragraph 2.a. above, the words caused in
ADDITIONAL INSURED - OWNERS, LESSEES whole or in part by are replaced by the
I OR CONTRACTORS - AUTOMATIC STATUS
INCLUDING PRIMARY NON-CONTRIBUTORY words arising out of.
c. The insurance afforded to such additional
1. Section II -Who is An Insured is amended to insured only applies to the extent
include as an additional insured any person(s) permitted by law; and
I
or organization(s) for whom you are required d. If coverage provided to the additional
by virtue of a written contract or agreement insured is required by a contract or
that such person(s) or organization(s) be agreement, the insurance afforded to such
I added as an additional insured on your policy. additional insured will not be broader than
2. The insurance provided to the additional that which you are required by the contract
insured is limited as follows: or agreement to provide for such
additional insured.
I a. Such person or organization is an
additional insured only with respect to e. This insurance ends at the earliest of the
liability for "bodily injury", "property following times:
damage" or "personal and advertising (1) When any Named Insured(s) work
I
injury"caused in whole or in part by: called for in the written contract has
(1) Acts or omissions of the Named been completed
Insured; or (2) When all of any Named Insured(s)
1 (2) The acts or omissions of those acting work done at a job site has been
on behalf of the Named Insured; completed if the written contract calls
for work at more than one job site
in the performance of the Named Insureds (3) When that part of any Named
I work for the additional insured(s) specified
in the written contract provided the Insured's work done at a job site has
contract or agreement requires you to been put to its intended use by any
provide the additional insured such person or organization other than the
I
coverage and is: Named Insured or those acting on the
Named Insured(s)behalf.
i. Currently in effect or becomes Work that may need service, maintenance,
effective during the term of this
iicorrection, repair or replacement, but is
I
policy; and otherwise complete, will be treated as
. Was executed prior to the "bodily completed.
injury", "property damage" or f. This insurance does not apply to any
I "personal and advertising injury". additional insured scheduled on your
b. If the written contract specifically requires policy by separate endorsement.
you to provide additional insured coverage g. For purposes of paragraph A. of this
I via the 10/01 edition of CG2010 (aka CG endorsement the terms "you" and "your"
20 10 10 01) or via the 11/85 edition of refer to the Named Insured shown in the
CG2010 (aka CG 20 10 11 85), then in
Declarations.
I
CL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3
with its permission.
1
•
I
3. Exclusions a. Required by the contract or agreement; or
With respect to the insurance afforded to these b. Available under the applicable Limits of
I
additional insureds, the following additional Insurance shown in the Declarations;
exclusions apply to "bodily injury", "property whichever is less.
damage" or "personal and advertising injury" I
arising out of: This endorsement shall not increase the
a. The rendering of or failure to render any applicable Limits of Insurance shown in the
Declarations.
professional services by you or on your I
behalf, but only with respect to either or 5. Other Insurance
both of the following operations: For purposes of this endorsement, the
(1) Providing engineering, architectural or following is added to the Section IV -
surveying services to others in your Commercial General Liability Conditions, 4. I capacity as an engineer, architect or Other
surveyor; and
Insurance condition and supersedes any
(2) Providing, or hiring independent provision to the contrary:
I
professionals to provide, engineering,
architectural or surveying services in This insurance is excess of all other
connection with construction work you insurance available to an additional
perform. insured whether on a primary, excess,
contingent or any other basis. But, if
b. Subject to Paragraph c. below, required by a written contract or written
professional services include: agreement to be primary and
(1) Preparing, approving, or failing to noncontributory, this insurance will be I
prepare or approve, maps, shop primary to and will not seek contribution
drawings, opinions, reports, surveys, from any insurance on which the additional
field orders, change orders, or insured is a Named Insured.
drawings and specifications; and No other coverage or limit in the policy
I
(2) Supervisory or inspection activities applies to loss or damage insured by this
performed as part of any related coverage.
architectural or engineering activities. B. The following coverage is added:
I
c. Professional services do not include CONTRACTUAL LIABILITY-RAILROADS
services within construction means,
methods, techniques, sequences and 1. With respect to operations performed for a
procedures employed by you or performed Railroad within 50 feet of railroad property, the
by or for the construction manager, its definition of "insured contract" in Section V -
employees or its subcontractors in Definitions is replaced by the following:
connection with your ongoing operations. 9. "Insured Contract"means:
I
This exclusion applies even if the claims a. A contract for a lease of premises.
against any insured allege negligence or other However, that portion of the contract
wrongdoing in the supervision, hiring, for a lease of premises that
employment, training or monitoring of others indemnifies any person or111
by that insured, if the "occurrence" which organization for damage by fire to
caused the "bodily injury" or "property premises while rented to you or
damage", or the offense which caused the temporarily occupied by you with
I
"personal and advertising injury", involved the permission of the owner is not an
rendering of, or the failure to render, any "insured contract";
professional architectural, engineering or
surveying services. b. A sidetrack agreement;
I
4. Limits of Insurance c. Any easement or license agreement;
With respect to the insurance afforded to these d. An obligation, as required by
additional insureds, the following is added to ordinance, to indemnify a municipality,
I
Section III- Limits Of Insurance: except in connection with work for a
municipality;
If coverage provided to the additional insured
is required by a contract or agreement, the e. An elevator maintenance agreement; I
most we will pay on behalf of the additional f. That part of any other contract or
insured is the amount of insurance: agreement pertaining to your business
I
Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., CL CG 05 29 10 17
with its permission.
I
(including an indemnification of a C. AGGREGATE LIMITS OF INSURANCE
I municipality in connection with work
performed for a municipality) under The General Aggregate Limit under SECTION III -
LIMITS OF INSURANCE applies separately to
which
which you assume the tort liability of
another party to pay for "bodily injury" each of your:
I or property damage" to a third person
or organization. Tort liability means a 1. Projects away from premises owned by or
rented to you.
liability that would be imposed by law
in the absence of any contract or 2. "Locations"owned by or rented to you.
I agreement. "Location" means premises involving the same
Paragraph f. does not include that part or connecting lots, or premises whose
of any contract or agreement: connection is interrupted only by a street,
I (1) That indemnifies an architect, roadway, waterway or right-of-way of a
engineer or surveyor for injury or railroad.
damage arising out of: When paragraph B. Construction Project
I
(a) Preparing, approving or failing
to prepare or approve maps, General Aggregate Limit on form CL CG 00 20 is
a part of this policy,then this endorsement
shop drawings, opinions, CL CG 05 29 paragraph D. Aggregate Limits Of
reports, surveys, field orders, Insurance does not apply.
I change orders or drawings
and specifications; or
(b) Giving directions or
I
instructions, or failing to give
them, if that is the primary
cause of the injury or damage;
I (2) Under which the insured, if an
architect, engineer or surveyor,
assumes liability for an injury or
damage arising out of the
I insured's rendering or failure to
render professional services,
including those listed in Paragraph
(1) above and supervisory,
I inspection, e
engineering activities.architctural or
2. Other Insurance
I For purposes of this endorsement, the
following is added to the Section IV-
Commercial General Liability
I Conditions, 4. Other Insurance condition
and supersedes any provision to the
contrary:
I This insurance is excess of all other
insurance that is Railroad Protective
Liability or similar coverage for"your work"
performed for a Railroad. But, if required
I by a written contract or written agreement
to be primary and noncontributory, this
insurance will be primary to and will not
seek contribution from any insurance on
I which the Railroad is a Named Insured.
No other coverage or limit in the policy
applies to loss or damage insured by this
Icoverage.
I
CL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3
with its permission.
1
1
This page has been left blank intentionally.
1
1
1
1
1
1
1
1
1
i
1
I COMMERCIAL GENERAL LIABILITY
CL CG 20 71 09 16
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES,
I CONTRACTORS OR OTHERS - COMPLETED OPERATIONS
- AUTOMATIC STATUS, INCLUDING PRIMARY
I NONCONTRIBUTORY
This endorsement modifies insurance provided under the following:
ICOMMERCIAL GENERAL LIABILITY COVERAGE PART
I A. SECTION II -WHO IS AN INSURED is amended For purposes of this endorsement,throughout
to include as an additional insured any person(s) the policy, the terms "you" and "your" refer to
or organization(s) when you are obligated by the Named Insured shown in the Declarations.
I virtue of a written contract or agreement that B. Exclusions
such person or organization(s) be added as an
additional insured to your policy. With respect to the insurance afforded to these
Such person(s) or organization(s) is an additional additional insureds, the following additional
I insured only with respect to liability for "bodily exclusions apply to "bodily injury" and "property
injury" or "property damage" or "personal and damage"arising out of:
advertising injury"caused, in whole or in part by: 1. The rendering of or failure to render any
1 (1) Acts or omissions of the Named Insured; professional services by you or on your behalf,
or but only with respect to either or both of the
following operations:
I (2) The acts or omissions of those acting on
behalf of the Named Insured; a. Providing engineering, architectural or
surveying services to others in your
and included in the "products-completed capacity as an engineer, architect or
operations hazard" surveyor; and
IThis insurance applies only when you are required b. Providing, or hiring independent
to add the additional insured by virtue of a written professionals to provide, engineering,
contract or agreement, provided the contract or architectural or surveying services in
I agreement is: connection with construction work you
1. Currently in effect or becomes effective during perform.
the term of this policy; and This exclusion applies even if the claims against
I 2. Was executed prior to the "bodily injury" or any insured allege negligence or other
"property damage" or "personal and wrongdoing in the supervision, hiring,
advertising injury". employment, training or monitoring of others by
that insured, if the "occurrence"which caused the
IHowever: "bodily injury"or"property damage",or the offense
a. The insurance afforded to such additional which caused the "personal and advertising
insured only applies to the extent permitted by injury", involved the rendering of, or the failure to
I law; and render,any professional architectural,engineering
or surveying services.
b. If coverage provided to the additional insured 2. Subject to Paragraph 3. below, professional
is required by a contract or agreement, the
I insurance afforded to such additional insured services include:
will not be broader than that which you are a. Preparing, approving,or failing to prepare
required by the contract or agreement to or approve, maps, shop drawings,
I provide for such additional insured. opinions, reports, surveys, field orders,
change orders, or drawings and
specifications; and
CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2
IOffice, Inc., with its permission
1
b. Supervisory or inspection activities D. Other Insurance
performed as part of any related For purposes of this endorsement,the following is
architectural or engineering activities, added to the Section IV - Commercial General
3. Professional services do not include services Liability Conditions, 4. Other Insurance
within construction means, methods, condition and supersedes any provision to the
techniques, sequences and procedures contrary:
employed by you or performed by or for the This insurance is excess of all other insurance
construction manager, its employees or its available to an additional insured whether on a
subcontractors in connection with your primary, excess, contingent or any other basis.
ongoing operations. But, if required by a written contract or written
C. Limits of Insurance agreement to be primary and noncontributory,this
With respect to the insurance afforded to these insurance will be primary to and will not seek
additional insureds, the following is added to contribution from any insurance on which the
Section Ill-Limits Of Insurance: additional insured is a Named Insured.
If coverage provided to the additional insured is No other coverage or limit in the policy applies to
required by a contract or agreement, the most we loss or damage insured by this coverage.
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; 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.
1
1
t
1
1
1
Page 2 of 2 Includes copyrighted material of Insurance Services CL CG 20 71 09 16
Office, Inc., with its permission
I
I COMMERCIAL AUTO
CL CA 01 49 06 17
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL AUTOMOBILE EXPANSION
I ENDORSEMENT - PLATINUM
I
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
1 With respect to the coverages provided by this endorsement, the provisions of the Business Auto Coverage Form
apply unless modified by this endorsement.
A. NEWLY ACQUIRED OR FORMED "property damage": because of the conduct of
ORGANIZATIONS an "insured" under Paragraphs a. or b. under
The following is added to Paragraph A.1. Who Is Paragraph A.1. Who Is An Insured of Section
An Insured of Section II - Covered Autos Liability II -Covered Autos Liability Coverage, caused
I
Coverage: by an "accident" and resulting from the
ownership, maintenance or use of a covered
Any organization you newly acquire or form, other "auto";
than a partnership,joint venture or limited liability
I
2. The written contract or agreement described
company or any organization excluded either by above must have been executed prior to the
this Coverage Part or by endorsement, and over "accident" that caused the "bodily injury" or
which you maintain ownership or majority interest "property damage"and be in effect at the time
I
of more than 50 percent will qualify as a Named of such"accident";
Insured. However:
1. This insurance does not apply to any newly 3. The insurance afforded to any such additional
acquired or formed organization that is an "insured" does not apply to any "accident"
I "insured"under any other automobile policy or beyond the period of time required by the
would be an "insured" under such policy but written contract or agreement described
for its termination or the exhaustion of its Limit above;
of Insurance. 4. The most we will pay on behalf of such
1 2. Coverage does not apply to "bodily injury" or additional"insured(s)" is the lesser of:
"property damage" that occurred before you a. The Limits of Insurance specified in the
acquired or formed the organization. written contract or agreement described
I 3. Coverage under this provision is afforded only above; or
until the 180th day after you acquire or form b. The Limits of Insurance shown in the
the organization or the end of the policy Declarations.
I
period, whichever is earlier.
B. ADDITIONAL INSURED BY CONTRACT OR This provision shall not increase the Limit of
Insurance shown in the Declarations in this
AGREEMENT policy or coverage part; and
I The following is added to Paragraph A.1., Who Is 5. The following changes are made to Paragraph
An Insured of Section II - Covered Autos Liability 5. Other Insurance of B. General Conditions
Coverage: under Section IV-Business Auto Conditions:
I When you have agreed in a written contract or a. The following is added to Paragraph 5.a.:
agreement to include a person or organization as If required by the written contract or
an additional "insured", such person or agreement described above, the
organization is included as an"insured"subject to insurance afforded to the additional
' the following: insured under this provision will be
1. Such person or organization is an additional primary to, and will not seek contribution
"insured" only to the extent such person or from, the additional insured's own
I
organization is liable for "bodily injury" or insurance.
CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 1 of 5
Office, Inc., with its permission
I
b. Paragraph 5.c. is deleted in its entirety. 2. We will also pay reasonable and necessary
6. Paragraph A.1.c. under Section II - Covered expenses to facilitate the return of the stolen
Autos Liability Coverage is deleted in its
"auto"to you.
entirety. 3. It is agreed and understood and it is our stated
7. The definition of "insured contract" under intent that expenses incurred by you under the 1
Section V- Definitions is amended to add the Transportation Expenses Coverage
following: Extension will not also be covered or paid
under the Rental Reimbursement Coverage
An "insured contract" does not include that provided by this endorsement or any rental
1
part of any contract or agreement: reimbursement coverage added by separate
That pertains to the ownership, maintenance endorsement to this policy.
or use of an "auto" and which indemnifies a H. EXTENDED COVERAGE -AIRBAGS
person or organization for other than the The following is added to Exclusion B.3.a. of
vicarious liability of such person or
organization for "bodily injury" or "property Section III-Physical Damage Coverage:
damage" caused by your operation or use of However, this exclusion does not apply to the
a covered"auto". unintended discharge of an airbag.
However, a person or organization is an This coverage is excess over any other collectible
additional "insured" under this provision only insurance or warranty providing such airbag
to the extent such person or organization is coverage.
not named as an "insured" by separate I. AUTO LOAN/LEASE GAP COVERAGE
endorsement to this policy.
C. EMPLOYEES AS INSUREDS The following is added to Section III - Physical
Damage Coverage, Paragraph C. Limits of
The following is added to Paragraph A.1. Who Is Insurance.
An Insured Section II - Covered Autos Liability 4. In the event of a total "loss" to a covered
Coverage: 1"auto", we will pay the lesser of:
Any "employee" of yours is an "insured" while a. Any unpaid amount due on the lease or
using a covered "auto" you don't own, hire or loan for a covered"auto", less:
borrow in your business or your personal affairs. ,
D. INCREASED COVERAGE -BAIL BONDS (1) The amount under the Physical
Damage Coverage section of the
The Supplementary Payments Coverage policy; and
Extension of Section II - Covered Autos Liability
Coverage is amended as follows: (2) Any:
The Limit of Insurance in paragraph A.2.a.(2) is (a) Overdue lease/loan payments at
increased to$5,000. the time of the"loss";
E. INCREASED COVERAGE - LOSS OF (b) Financial penalties imposed 1
EARNINGS under a lease for excessive use,
abnormal wear and tear or high
The Supplementary Payments Coverage mileage; '
Extension of Section II - Covered Autos Liability (c) Security deposits not returned by
Coverage is amended as follows: the lessor;
The Limit of Insurance in paragraph A.2.a.(4) is
increased to$1,000. (d) Costs for extended warranties,
Credit Life Insurance, Health,
F. FELLOW EMPLOYEE COVERAGE Accident or Disability Insurance
The Fellow Employee Exclusion contained in purchased with the loan or lease;
Section II-Covered Autos Liability Coverage does and
not apply. This coverage is excess over any other (e) Carry-over balances from
collectable insurance. previous loans or leases; or
G. COVERAGE EXTENSION -TRANSPORTATION b. $5,000. 1
EXPENSES
However, this provision does not apply to the
Paragraph A.4.a. Transportation Expenses of extent loan/lease gap coverage has been
Section III -Physical Damage Coverage is provided by separate endorsement to this
amended as follows: policy.
1. The Limits of Insurance are increased to $75
per day to a maximum of$2,500. '
Page 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17
Office, Inc., with its permission
I
J. GLASS REPAIR-NO DEDUCTIBLE When fire extinguishers are kept in your covered
I The following is added to Paragraph D.Deductible "auto" and any are discharged in an attempt to
of Section III- Physical Damage Coverage: extinguish a fire, we will pay the lesser of the
actual cost of recharging or replacing such fire
Any Comprehensive Coverage deductible shown extinguisher(s).
A in the Declarations does not apply to "loss" to No deductible applies to this coverage.
glass when you elect to patch or repair rather than
replace the glass. O. HIRED AUTO PHYSICAL DAMAGE
K. INCREASED COVERAGE - ELECTRONIC COVERAGE
EQUIPMENT The following is added to Paragraph A.4.
The $1,000 limit indicated in Paragraph C.1.b. Coverage Extensions of Section III - Physical
under Section III - Physical Damage Coverage is Damage Coverage:
I
increased to$2,500. If hired "autos" are covered "autos" for Covered
L. EXTENDED COVERAGE - PERSONAL Autos Liability Coverage and if Physical Damage
PROPERTY Coverage is provided for any"auto"you own,then
I
The following is added to Paragraph A.4. the Physical Damage coverages provided are
extended to"autos"you lease, rent, hire or borrow
Coverage Extensions of Section III - Physical from someone other than your "employees",
Damage Coverage: partners or members of their households subject
I
Physical Damage Coverage on a covered "auto" to the following:
may be extended to "loss" to your personal 1. The most we will pay in any one "loss" is the
property or, if you are an individual, the personal lesser of:
property of a family member,that is in the covered
"auto" at the time of "loss" and caused by an a. The actual cash value of the"auto'
"accident" and resulting from the ownership, b. The cost to repair or replace the auto"; or
maintenance or use of a covered "auto".
' c. $100,000.
The insurance provided by this coverage
extension is excess over any other collectible 2. Paragraph 1.above is subject to a deductible.
insurance. The most we will pay for any one"loss" The deductible shall be equal to the amount of
under this coverage extension is $500. However, the highest deductible shown for any owned
I our payment for "loss" to personal property will "auto" of the same classification for that
only be for the account of the owner of the coverage. In the event there is no owned
property. "auto" of the same classification, the highest
deductible for any owned "auto"will apply for
Under this provision, personal property does not that coverage.
include and we will not pay for"loss" of currency, No deductible will apply to "loss" caused by
coins, securities or contraband.
fire or lightning.
INo deductible applies to this coverage extension. 3. Hired Auto Physical Damage Coverage is
M. TOWING subject to the following:
Paragraph A.2. Towing of Section III - Physical a. If symbol 8 is shown in the Covered Auto
Damage Coverage, is replaced by the following: section of the Declarations page for any of
If a private passenger type "auto" or light truck the Physical Damage coverages,then the
"auto" (0-10,000 Lbs. GVW) is provided both Hired Auto Physical Damage coverage
described in this endorsement does not
1 Comprehensive and Collision Coverage, we will
pay up to$150 for towing and labor costs incurred apply.
each time such "auto" is disabled. If a medium, b. Other than indicated in Paragraphs a.
heavy or extra-heavy truck or extra-heavy Truck- directly above, coverage provided under
tractor "auto" (greater than 10,000 Lbs. GVW) is this provision will be excess over any
provided both Comprehensive and Collision other collectible insurance or coverage.
Coverage, we will pay up to $250 for towing and 4. In addition to the limit set forth in Paragraph 1.
I
labor costs incurred each time such "auto" is above we will pay up to $500 per day, to a
disabled. However, the labor must be performed
at the place of disablement. maximum of$3,500 per"loss"for:
N. FIRE EXTINGUISHER RECHARGE a. Any costs or fees associated with the
"loss"to a hired "auto"; and
The following is added to Paragraph A.4.
Coverage Extensions of Section IV - Physical b. Loss of use of the hired"auto", provided it
Damage Coverage: is the consequence of an "accident" for
which you are legally liable, and as a
I
CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 3 of 5
Office, Inc., with its permission
1
result of which a monetary loss is (1) You, if you are designated in the
sustained by the leasing or rental Declarations as an individual; I
concern. (2) Your partners or members, if you are
However, Paragraph A.4.b. Loss of Use designated in the Declarations as a
Expenses under Section III - Physical Damage partnership or joint venture;
1
Coverage of the Business Auto Coverage Form
does not apply. (3) Your members or managers, if you
are designated in the Declarations as
P. RENTAL REIMBURSEMENT COVERAGE a limited liability company; '
We will pay for rental reimbursement expenses (4) Your executive officers if you are
incurred by you for the rental of an"auto"because designated in the Declarations as an
of"loss"to a covered"auto". organization other than an individual,
1. Payment applies in addition to the otherwise partnership,lityojointnventure or limited
applicable amount of each coverage you have liability company; and
on the covered "auto". (5) The spouse of any person named in
Paragraphs 1.a.(1). through 1.a.(4)
2. No deductible applies to this coverage.
while a resident of the same
3. We will pay only for those expenses incurred household;
during the policy period beginning 24 hours Except:
after the "loss" and ending, regardless of the
expiration date of the policy, with the lesser of (a) Any "auto" owned by that
the following number of days: individual or by any member of his
a. The number of days when the covered or her household.
"auto" has been repaired or replaced, or (b) Any"auto" used by that individual '
or his or her spouse while working
b. 45 days. in a business of selling, servicing,
4. Our payment is limited to the lesser of the repairing or parking "autos".
following amounts: 2. Changes In Auto Medical Payments And
a. Necessary and actual expenses incurred; Uninsured And Underinsured Motorists
or Coverages
b. Not more than $75 for any one day; The following is added to Who Is An Insured:
5. We will pay up to an additional $300 for the Any individual named in 1.a above and his or
reasonable and necessary expenses you her "family members" are "insured" while
incur to remove your materials and equipment "occupying"or while a pedestrian when being
from the covered "auto" and replace such struck by any"auto"you don't own except:
materials and equipment on the rental"auto". Any"auto" owned by that individual or by any
6. This coverage does not apply while there are "family member". 1
spare or reserve "autos" available to you for 3. Changes In Physical Damage Coverage
your operations.
7. If"loss"results from the total theft of a covered Any private passenger type "auto" you don't
"auto" of the"private passenger type", we will own, hire or borrow is a covered "auto" while
in the care,custody or control of any individual
pay under this coverage only that amount of
your rental reimbursement expenses which is named in Q.1.a. above or his or her spouse
while a resident of the same house-hold
not already provided for under the Physical '
Damage Coverage Extension of the Business except:
Auto Coverage Form or any endorsements a. Any"auto" owned by that individual or by
thereto. any member of his or her household; or
However, this provision does not apply to the b. Any"auto"used by that individual or his or
extent that rental reimbursement is provided her spouse while working in a business of
by separate endorsement to this policy. selling, servicing, repairing or parking
Q. DRIVE OTHER CAR COVERAGE "autos".
1. The following is added to Section II-Covered 4. The most we will pay for the total of all
damages under Covered Autos Liability
Autos Liability Coverage: Uninsured Motorists Coverage and
a. Any "auto" you don't own, hire or borrow Underinsured Motorists Coverage is the Limit
is a covered "auto" for Liability Coverage Of Insurance shown in the Declarations as
while being used by: applicable to owned"autos".
1
Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 0617
Office, Inc., with its permission
I
5. Our obligation to pay for, repair, return or T. UNINTENTIONAL OMISSIONS
' replace damaged or stolen property under
Physical Damage Coverage, will be reduced The following is added Paragraph 6.2. of Section
by a deductible equal to the amount of the IV-Business Auto Conditions:
highest deductible shown for any owned If you fail to disclose any hazards existing at the
I
private passenger type "auto" applicable to
that coverage. If there are no owned private inception date of this policy, such failure will not
prejudice the coverage provided to you. However,
passenger type "autos", the deductible shall this provision does not affect our right to collect
be $250 for Comprehensive Coverage and additional premium or exercise our right of
I
$500 for Collision Coverage. No deductible cancellation or nonrenewal.
will apply to"loss"caused by fire or lightning.
U. LIBERALIZATION
6. Additional Definition
I
If we revise this endorsement to provide greater
As used in this DRIVE OTHER CAR coverage without additional premium charge, we
Provision: will automatically provide the additional coverage
"Family member" means a person related to to all endorsement holders as of the day the
the individual named in 1.a. by blood,
I
revision is effective in your state.
marriage or adoption who is a resident of the
individual's household, including a ward or
foster child.
R. KNOWLEDGE OF AN ACCIDENT,CLAIM,SUIT
OR LOSS
I
The following is added to Paragraph A.2. of
Section IV-Business Auto Conditions:
Your obligation to provide prompt notice of an
"accident", claim, "suit"or"loss" is satisfied if you
I or a person designated by you to be responsible
for insurance matters is notified of, or in any
manner made aware of an"accident", claim, "suit"
I
or"loss" and provides us such notice as soon as
practicable
S. WAIVER OF SUBROGATION BY CONTRACT
OR AGREEMENT
111 The following is added to Paragraph A.5 of
Section IV- Business Auto Conditions:
I We waive any right of recovery we may have
against a person or organization because of
payments we make for"bodily injury" or"property
damage" when you and such person or
organization have agreed in writing in a contract
or a reement to waive such right of recover
9 9 Y,
I provided:
1. Such written contract or agreement was:
Ia. Made prior to the "accident" or "loss"
resulting in the covered "bodily injury" or
"property damage"; and
I
b. Was in effect at the time of the covered
"bodily injury"or"property damage".
2. The covered "bodily injury" or "property
I
damage" must arise out of the operations
specified in such written contract or
agreement.
I
3. At our request you must provide us with a
copy of the aforementioned written contract or
agreement.
I
CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 5 of 5
1
Office, Inc., with its permission
This page has been left blank intentionally.
1
1
1
i
i
i
1
I
I
COMMERCIAL UMBRELLA
CL CU 24 70 09 16
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - PRIMARY NON CONTRIBUTORY
IThis endorsement modifies insurance provided under the following:
I
COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM
Paragraph 5. Other Insurance of SECTION IV - CONDITIONS, COMMERCIAL LIABILITY UMBRELLA
I COVERAGE FORM is replaced with the following:
5. Other Insurance
a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary,
I excess, contingent or on any other basis except as shown under 5.c.below. This condition will not apply
to insurance specifically written as excess over this Coverage Part.
When this insurance is excess, we will have no duty under Coverages A or B to defend the insured
I against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other
insurer defends,we will undertake to do so, but we will be entitled to the insured's rights against all those
other insurers.
b. When this insurance is excess over other insurance, we will pay only our share of the"ultimate net loss"
Ithat exceeds the sum of:
(1) The total amount that all such other insurance would pay for the loss in the absence of this insurance;
and
I (2) The total of all deductible and self-insured amounts under all that other insurance.
c. The insurance is excess of all other insurance available to an additional insured whether on a primary,
excess, contingent or any other basis. But if required by a written contract or written agreement to be
primary and noncontributory, this insurance will be primary to, and will not seek contribution from, any
insurance on which the additional insured is a Named Insured.
No other coverage or limit in the policy applies to loss or damage insured by this coverage.
1
I
I
11
I
I
I
CL CU 24 70 09 16 Includes copyrighted material of Insurance Services Page 1 of 1
I
• Office, Inc., with its permission
1
This page has been left blank intentionally.
1
1
i
1
1
1
1
i
1
1
i
1
i
1
1
1
1
' COMMERCIAL LIABILITY UMBRELLA
CL CU 24 74 09 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET WAIVER OF TRANSFER OF RIGHTS
IOF RECOVERY AGAINST OTHERS TO US
111 This endorsement modifies insurance provided under the following:
COMMERCIAL LIABILITY UMBRELLA COVERAGE PART
The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV - Conditions is
amended by the addition of the following:
We waive any right of recovery we may have because of payments we make for"bodily injury" or"property
damage" arising out of your ongoing operations or "your work" done under a written contract requiring such
waiver with that person or organization and included in the"products-completed operations hazard".
I
However, our rights may only be waived prior to the"occurrence"giving rise to the injury or damage for which
we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At
our request,the insured will bring"suit"or transfer those rights to us and help us enforce those rights.
1
I
, 1
1
Insurance ServicesPageof 1
CL CU 24 74 09 13 Includes copyrighted material of 1
Offices, Inc.with its permission
1
This page has been left blank intentionally.
1
1
I
1
I
1
1
1
I , 7
IEXHIBIT E Bond No. 023207669
PERFORMANCE/PAYMENT BOND
IKNOW ALL PEOPLE BY THESE PRESENTS:
I We,the undersigned Miles Resources, LLC, ("Principal")and Liberty Mutual Insurance Company ,
the undersigned corporation organized and existing under the laws of the State of Massachusetts
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 Two Million Six
I
Hundred Seventy-Three Thousand Four Hundred Ninety-Four Dollars and 53/100 ($2.673,494.53) 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.
'i ..-r
The Principal has entered into an Agreement with the City dated J Ik '� , 20 1 v for the 2018 NHS
Preservation Project
NOW,THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within
I 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
Isaid 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
Iharmless 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.
Ir. 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
I 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
•
II 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
percent (25%) of the original amount of this
amount, such increase, however, not to exceed twenty-five
bond without the consent of the Surety.
I
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
I 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
I
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#18-005
NHS Preservation Project Page 55 2018
I
'; RFB ver.4-17
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 26th day of June , 2018 .
CORPORATE SEAL OF PRINCIPAL: PRINCIPAL .files :- .urces, LC
By:
Bradle` 'th, a pera u•ns Manager
400 '-11�Ave E
Puyallup, WA •8372
(253) 383-3585
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 Bradley Griffith, who signed the said bond on behalf of the Principal, was Operations
Manager 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.
(\04/9)
.4**, Se+y-of-Assmalr secretary piiro.fxs"s.
t�,�r*ORA
• TE SEAL OF SURETY: Liberty Mutual Insurance Company
•
SURETY
Ec By:
4 Attorney-in-Fact
83 cc;
b 4•• *„e3y (Attach Power of Attorney)
Aliceon A. Keltner
(Name of Person Executing Bond)
601 Union Street,Suite 3400
Seattle,WA 98101
(Address)
(206)676-4200
(Phone)
APPROVED AS TO FORM:
1/4 rf,r/
4WWCity Attorney
City of Federal Way RFB# 18-005
NHS Preservation Project Page 56 2018
RFB ver.4-17
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 8116719
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
IPOWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
I Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,
Heather L.Allen;James B.Binder;Brandon K.Bush;Peter J.Comfort;Carley Espiritu;Diane M.Harding;Brent E.Heilesen;Kyle J.Howat;Cynthia L.
Jay;Aliceon A.Keltner;Christopher Kinyon;Jamie L.Marques;Mary S.Norrell;Jon J.Oja;Annelies M.Richie;Karen C.Swanson; Eric A.Zimmerman
all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge
and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds.recognizances and other surety obligations,in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
—
IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 4th day of June , 2018 , 5
t tet;iN>ti N,if ., ti;r.$L'R', J O
;rW0A.1T:9 �,P;P,;F'4,-, w�.r'�;Y,.<„,,1, The Ohio Casualty Insurance Company N
.it rt Liberty Mutual Insurance Company tv
;; 1919 L 1912 v 1991 WestAmericanInsurance Company
5 D`'
ui
N w
U1— .13
>+
David M.Carey,,sistant Secretary C
C STATE OF PENNSYLVANIA ssca
ce
COUNTY OF MONTGOMERY C
— O
0) cg On this 4th day of June , 2018,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance uif–
y Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes >,W
L 2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ` E
> IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written.riG.
Ii
owwklj )rts a) r•- ,,o' �' Teresa Pastaila,Notary Public By:
OFL 10
O Upper Merlon Twp..Montgomery County Teresa Pastella,Notary Public Q7 C
�g My Commission Expires March 28,2021 3 IC•j. fly�'�H1`Gw,�r�.�' Metnbcr Pennsylvania Association of Notaries Q' E^ E
1;6
to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual N p
Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: r G
in
O)
Id ARTICLE IV–OFFICERS–Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c
, to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, r y
0.0 acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 'a
Eof powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 6)
I
Tu. executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >0
the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. s
�,N
.a c ARTICLE XIII–Execution of Contracts–SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E o?
> m and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L M
I seal,acknowledge and deliver as surety any and all undertakings,bonds;recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their Co0
0respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so O
v�o
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O co
Certificate of Designation–The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I—
' fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization–By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
I Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed,
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
I has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this t.6 ' day of J l+.. ,20 1 Y
tV IN.iU . .. yiNsui,
.e P\�a 2ai f2C'. JJA,o�: < n1r(. n' `�V...........
rNy+r""_ fiK {,r'w"�'�,
I
919 n t 1417 1991 .7 J�.''�Qlke0ii+ •. p By
o ;? ,\,� It Renee C.Llew , ssistant Secretary
�,5,,..,,,,A„,,,,,9.'ab y)�,,'FA c',> '''.ti is . ..
* * * > r� 19'2
I
o n
$ r 0
`/ 101, v� • A''
142 of 500
LMS 12873 022017 f"
I
EXHIBIT F
ITITLE VI ASSURANCES
I 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:
I1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in federally
I 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.
I2. 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
I 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 C of the Regulations.
I3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
I 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
I contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
I4. 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
Isources 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
I 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
I
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
Isuspension of the contract, in whole or in part.
I
City of Federal Way RFB# 18-005
NHS Preservation Project Page 57 2018
IRFB ver.4-17
I
6. Incorporation of Provisions
IThe 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
I 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
I 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
1 USDOT enter into such litigation to protect the interests of the United States.
I
I
I
I
I
1
I
111
1
I
I
1
City of Federal Way RFB# 18-005
NHS Preservation Project Page 58 2018
IRFB ver.4-17
I
IAMENDMENTS TO THE
STANDARD SPECIFICATIONS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1 INTRO.AP1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2018 Standard Specifications for Road, Bridge, and Municipal Construction.
I 5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
' 9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 1-02.AP1
17 Section 1-02, Bid Procedures and Conditions
' 18 April 2, 2018
19 1-02.4(1) General
20 This section is supplemented with the following:
21
22 Prospective.Bidders are advised that the Contracting Agency may include a partially
23 completed Washington State Department of Ecology(Ecology)Transfer of Coverage
24 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit
25 (CSWGP)as part of the Bid Documents. When the Contracting Agency requires the
26 transfer of coverage of the CSWGP to the Contractor, an informational copy of the
27 Transfer of Coverage and the associated CSWGP will be included in the appendices.
28 As a condition of Section 1-03.3, the Contractor is required to complete sections I, Ill,
29 and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
' 30
31 The Contracting Agency is responsible for compliance with the CSWGP until the end of
32 day that the Contract is executed. Beginning on the day after the Contract is executed,
33 the Contractor shall assume complete legal responsibility for compliance with the
34 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
35 Contract Work.
' 36
37 1-02.5 Proposal Forms
38 The first sentence of the first paragraph is revised to read:
' 39
40 At the request of a Bidder, the Contracting Agency will provide a physical Proposal
41 Form for any project on which the Bidder is eligible to Bid.
' 42
43 1-02.6 Preparation of Proposal
44 Item number 1 of the second paragraph is revised to read:
45
46 1. A unit price for each item (omitting digits more than two places to the right of the
47 decimal point),
48
' 49 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
50 "WSDOT Form 422-031 U".
.
' Page 1
1
1
2 The following is inserted after the third sentence of the fourth paragraph:
3
4 Bidders shall submit a UDBE Broker Agreement documenting the fees or commissions
5 charged by the Broker for any Broker listed on the UDBE Utilization Certification in
6 accordance with the Special Provisions. Bidders shall submit a completed UDBE
7 Trucking Credit Form for each UDBE Trucking firm listed on the UDBE Utilization
8 Certification in accordance with the Special Provisions. WSDOT Form 272-058 is
9 available for this purpose.
10
11 The following new paragraph is inserted before the last paragraph:
12
13 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
14 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of
15 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
16 Contractor Certification of Wage Law Compliance form is included in the Proposal
17 Forms.
18
19 1-02.13 Irregular Proposals
20 Item 1(h)is revised to read:
21
22 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good
Faith Effort documentation, if applicable, as required in Section
23pp q 1-02.6, or if the
24 documentation that is submitted fails to demonstrate that a Good Faith Effort to
25 meet the Condition of Award was made;
26
27 Item 1(i) is revised to read the following three items:
28
29 i. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise
30 Trucking Credit Form, if applicable, as required in Section 1-02.6, or if the Form
31 that is submitted fails to meet the requirements of the Special Provisions;
32
33 j. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise
34 Broker Agreement, if applicable, as required in Section 1-02.6, or if the
35 documentation that is submitted fails to demonstrate that the fee/commission is
36 reasonable as determined by the Contracting Agency; or
37
38 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
39 material terms of the Bid invitation.
40
41 1-03.AP1 I
42 Section 1-03, Award and Execution of Contract
43 January 2, 2018
44 1-03.3 Execution of Contract
45 The first paragraph is revised to read:
46
47 Within 20 calendar days after the Award date, the successful Bidder shall return the
48 signed Contracting Agency-prepared Contract, an insurance certification as required by
49 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer I
50 of Coverage form for the Construction Stormwater General Permit with sections I, Ill,
1
Page 2 '
I
1 and VIII completed when provided, and shall be registered as a contractor in the state of
2 Washington.
I 3
4 1-03.5 Failure to Execute Contract
5 The first sentence is revised to read:
6
7 Failure to return the insurance certification and bond with the signed Contract as
8 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
9 Business Enterprise information if required in the Contract, or failure or refusal to sign
' 10 the Contract, or failure to register as a contractor in the state of Washington, or failure to
11 return the completed Transfer of Coverage for the Construction Stormwater General
12 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
' 13 bond or deposit of this Bidder.
14
15 1-05.AP1
' 16 Section 1-05, Control of Work
17 April 2, 2018
I18 1-05.9 Equipment
19 The following new paragraph is inserted before the first paragraph:
20
21 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose
22 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
23 undercarriage. The Engineer will reject equipment from the site until it returns clean.
' 24
25 This section is supplemented with the following:
26
27 Upon completion of the Work, the Contractor shall completely remove all loose dirt and
28 vegetative debris from equipment before removing it from the job site.
29
30 1-06.AP1
31 Section 1-06, Control of Material
32 January 2, 2018
33 1-06.1(3) Aggregate Source Approval (ASA) Database
34 This section is supplemented with the following:
35
36 Regardless of status of the source, whether listed or not listed in the ASA database the
37 source owner may be asked to provide testing results for toxicity in accordance with
38 Section 9-03.21(1).
I 39
40 1-06.2(2)D Quality Level Analysis
41 This section is supplemented with the following new subsection:
' 42
43 1-06.2(2)D5 Quality Level Calculation—HMA Compaction
44 The procedures for determining the quality level and pay factor for HMA compaction are
I 45 as follows:
46
47 1. Determine the arithmetic mean, Xm, for compaction of the lot:
' 48
Page 3
A = fix
n '2
3 Where:
4 x= individual compaction test values for each sublot in the lot.
5 = summation of individual compaction test values
6 n= total number test values
7
8 2. Compute the sample standard deviation, "S",for each constituent
9
nEx2-(Ex)2 2
1
10 S=
n(n-1)
11 ,
12 Where:
13 Ext= summation of the squares of individual compaction test values
14 (/)()2 = summation of the individual compaction test values squared '
15
16 3. Compute the lower quality index(QL):
17
18 Qi = X,,—LSL
S
19 1 20 Where:
21 LSL= 91.5
22
23 4. Determine PL(the percent within the lower Specification limit which
24 corresponds to a given QL)from Table 1. For negative values of QL, PL is equal
25 to 100 minus the table PL. If the value of QL does not correspond exactly to a
26 figure in the table, use the next higher value.
27
28 5. Determine the quality level(the total percent within Specification limits):
29
30 Quality Level = PL
31
32 6. Using the quality level from step 5, determine the composite pay factor(CPF)
33 from Table 2.
34
35 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
36 compaction lot; however, the maximum HMA compaction CPF using an LSL =
37 91.5 shall be 1.05.
38 I 39 8. If the CPF from step 6 is not 1.00 or greater. repeat steps 3 through 6 using an
40 LSL= 91.0. The value thus determined shall be the HMA compaction CPF for
41 that lot; however, the maximum HMA compaction CPF using an LSL=91.00 111
42 shall be 1.00.
43
44 1-06.2(2)04 Quality Level Calculation
45 The first paragraph (excluding the numbered list)is revised to read:
46
Page 4 ,
1 The procedures for determining the quality level and pay factors for a material, other
2 than HMA compaction, are as follows:
I 3
4 1-07.AP1
5 Section 1-07, Legal Relations and Responsibilities to the Public
I 6 April 2, 2018
7 1-07.5 Environmental Regulations
I 8 This section is supplemented with the following new subsections:
9
10 1-07.5(5) U.S.Army Corps of Engineers
I11 When temporary fills are permitted, the Contractor shall remove fills in their entirety and
12 the affected areas returned to pre-construction elevations.
13
I 14 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special
15 Provisions, the Contractor shall retain a copy of the permit or the verification letter(in
16 the case of a Nationwide Permit)on the worksite for the life of the Contract. The
17 Contractor shall provide copies of the permit or verification letter to all subcontractors
1
18 involved with the authorized work prior to their commencement of any work in waters of
19 the U.S.
20
I
21 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
22 The Contracting Agency will provide fish exclusion and handling services if the Work
23 dictates. However, if the Contractor discovers any fish stranded by the project and a
I
24
25 Contracting Agency biologist is not available, they shall immediately release the fish into
a flowing stream or open water.
26
I 27 1-07.5(1) General
28 The first sentence is deleted and replaced with the following:
29
30 No Work shall occur within areas under the jurisdiction of resource agencies unless
I 31 authorized in the Contract.
32
I 33 The third paragraph is deleted.
34
35 1-07.5(2) State Department of Fish and Wildlife
36 This section is revised to read:
I37
38 In doing the Work, the Contractor shall:
39
I 40 1. Not degrade water in a way that would harm fish, wildlife, or their habitat.
41
42 2. Not place materials below or remove them from the ordinary high water line
I
43 except as may be specified in the Contract.
44
45 3. Not allow equipment to enter waters of the State except as specified in the
I
46
47 Contract.
48 4. Revegetate in accordance with the Plans, unless the Special Provisions permit
I 49 otherwise.
50
I
Page 5
1
1 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of
2 water.
3
4 6. Ensure continuous stream flow downstream of the Work area.
5
6 7. Dispose of any project debris by removal, burning, or placement above high-
7 water flows.
8
9 8. Immediately notify the Engineer and stop all work causing impacts, if at any
10 time, as a result of project activities,fish are observed in distress or a fish kill
11 occurs.
12
13 If the Work in (1)through (3)above differs little from what the Contract requires, the
14 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract
15 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-
16 09.4.Work in(4)through (8)above shall be incidental to Contract pay items.
17
18 1-07.5(3) State Department of Ecology
19 This section is revised to read:
20
21 In doing the Work, the Contractor shall:
22
23 1. Comply with Washington State Water Quality Standards.
24
25 2. Perform Work in such a manner that all materials and substances not
26 specifically identified in the Contract documents to be placed in the water do
27 not enter waters of the State, including wetlands. These include, but are not
28 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete
29 wastewater, process wastewater, slurry materials and waste from shaft drilling,
30 sediments, sediment-laden water,chemicals, paint, solvents, or other toxic or
31 deleterious materials.
32
33 3. Use equipment that is free of external petroleum-based products.
34
35 4. Remove accumulations of soil and debris from drive mechanisms(wheels,
36 tracks, tires)and undercarriage of equipment prior to using equipment below
37 the ordinary high water line.
38
39 5. Clean loose dirt and debris from all materials placed below the ordinary high
40 water line. No materials shall be placed below the ordinary high water line
41 without the Engineer's concurrence.
42
43 6. When a violation of the Construction Stormwater General Permit(CSWGP)
44 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, I 45 Contractor ECAP Report, and submit the form to the Engineer within 48 hours
46 of the violation.
47
48 7. Once Physical Completion has been given, prepare a Notice of Termination
49 (Ecology Form ECY 020-87)and submit the Notice of Termination
50 electronically to the Engineer in a PDF format a minimum of 7 calendar days
51 prior to submitting the Notice of Termination to Ecology. 111
52
1
Page 6 '
1 8. Transfer the CSWGP coverage to the Contracting Agency when Physical
2 Completion has been given and the Engineer has determined that the project
I
3 site is not stabilized from erosion.
4
5 9. Submit copies of all correspondence with Ecology electronically to the
I
6 Engineer in a PDF format within four calendar days.
7
8 1-07.5(4) Air Quality
9 This section is revised to read:
10
11 The Contractor shall comply with all regional clean air authority and/or State
I
12
13 Department of Ecology rules and regulations.
14 The air quality permit process may include additional State Environment Policy Act
(SEPA) requirements. Contractors shall contact the appropriate regional air pollution
I15
16
17 control authority well in advance of beginning Work.
18 When the Work includes demolition or renovation of any existing facility or structure that
I 19 contains Asbestos Containing Material (ACM)and/or Presumed Asbestos-Containing
20 Material (PACM), the Contractor shall comply with the National Emission Standards for
21 Hazardous Air Pollutants(NESHAP).
I 22
23 Any requirements included in Federal and State regulations regarding air quality that
24 applies to the"owner or operator"shall be the responsibility of the Contractor.
I 25
26 1-07.7(1) General
27 The first sentence of the third paragraph is revised to read:
28
29 When the Contractor moves equipment or materials on or over Structures, culverts or
30 pipes, the Contractor may operate equipment with only the load-limit restrictions in
I
31
32 Section 1-07.7(2).
33 The first sentence of the last paragraph is revised to read:
134
35 Unit prices shall cover all costs for operating over Structures, culverts and pipes.
36
37 1-07.9(2) Posting Notices
I 38 The second sentence of the first paragraph (up until the colon) is revised to read:
39
40 The Contractor shall ensure the most current edition of the following are posted: `
I 41
42 In items 1 through 10, the revision dates are deleted.
43
I 44 1-07.11(2) Contractual Requirements
45 In this section, "creed" is revised to read "religion".
46
I 47 Item numbers 1 through 9 are revised to read 2 through 10, respectively.
48
49 After the preceding Amendment is applied, the following new item number 1 is inserted:
I50
I
I Page 7
•
1 1. The Contractor shall maintain a Work site that is free of harassment, humiliation,
2 fear, hostility and intimidation at all times. Behaviors that violate this requirement
3 include but are not limited to:
4
5 a. Persistent conduct that is offensive and unwelcome.
6
7 b. Conduct that is considered to be hazing.
8
9 c. Jokes about race, gender, or sexuality that are offensive.
10
11 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual
12 nature which interferes with a person's ability to perform their job or creates an I
13 intimidating, hostile, or offensive work environment.
14
15 e. Language or conduct that is offensive, threatening, intimidating or hostile
16 based on race, gender, or sexual orientation.
17
18 f. Repeating rumors about individuals in the Work Site that are considered to be
19 harassing or harmful to the individual's reputation.
20
21 1-07.11(5) Sanctions
22 This section is supplemented with the following:
23
24 Immediately upon the Engineer's request, the Contractor shall remove from the Work
25 site any employee engaging in behaviors that promote harassment, humiliation,fear or I
26 intimidation including but not limited to those described in these specifications.
27
28 1-07.11(6) Incorporation of Provisions
29 The first sentence is revised to read:
30
31 The Contractor shall include the provisions of Section 1-07.11(2) Contractual I 32 Requirements (1)through (5)and the Section 1-07.11(5) Sanctions in every subcontract
33 including procurement of materials and leases of equipment.
34
35 1-07.18 Public Liability and Property Damage Insurance
36 Item number 1 is supplemented with the following new sentence:
37
38 This policy shall be kept in force from the execution date of the Contract until the
39 Physical Completion Date.
40
41 1-08.AP1 i
42 Section 1-08, Prosecution and Progress
43 January 2, 2018
44 1-08.5 Time for Completion
45 Item number 2 of the sixth paragraph is supplemented with the following:
46
47 f. A copy of the Notice of Termination sent to the Washington State Department of
48 Ecology(Ecology);the elapse of 30 calendar days from the date of receipt of the
49 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 1
50 Ecology. This requirement will not apply if the Construction Stormwater General
1
Page 8
1 Permit is transferred back to the Contracting Agency A in accordance with Section 8-
Y
2 01.3(16).
1 3
4 1-08.7 Maintenance During Suspension
5 The fifth paragraph is revised to read:
6
7 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
8 costs associated with protecting and maintaining such Work shall be the responsibility
9 of the Contractor.
10
11 1-09.AP1
12 Section 1-09, Measurement and Payment
13 April 2, 2018
14 1-09.2(2) Specific Requirements for Batching Scales
t 15 The last sentence of the first paragraph is revised to read:
16
17 Batching scales used for concrete or hot mix asphalt shall not be used for batching
18 other materials.
19
20 2-02.AP2
1 21 Section 2-02, Removal of Structures and Obstructions
22 April 2, 2018
23 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
24 In item number 3 of the first paragraph, the second sentence is revised to read:
25
26 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to
27 18 inches from and parallel to the initial saw cut is also required, unless the Engineer
28 allows otherwise.
I 29
30 2-09.AP2
31 Section 2-09, Structure Excavation
32 April 2, 2018
33 2-09.2 Materials
34 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
' 35 Cement Concrete" are revised to read:
36
37 Cement 9-01
38 Fine Aggregate for Concrete 9-03.1(2)
39
40 2-09.3(3)D Shoring and Cofferdams
41 The first sentence of the sixth paragraph is revised to read:
42
43 Structural shoring and cofferdams shall be designed for conditions stated in this Section
' 44 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
45 Highway Bridges Seventeenth Edition—2002 for allowable stress design, or the
46 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
' 47
Page 9
j
1
1 3-01.AP3
2 Section 3-01, Production from Quarry and Pit Sites
3 April 2, 2018
4 3-01.1 Description
5 The first paragraph is revised to read:
6
7 This Work shall consist of manufacturing and producing crushed and screened
8 aggregates including pit run aggregates of the kind, quality, and grading specified for
9 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance
10 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface
11 treatments of all descriptions.
12
13 4-04.AP4
14 Section 4-04, Ballast and Crushed Surfacing
15 April 2, 2018
16 4-04.3(5) Shaping and Compaction
17 This section is supplemented with the following new paragraph:
18
19 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
20 request to use a test point evaluation for compaction acceptance testing in lieu of I
21 compacting to 95% of the standard density as determined by the requirements of
22 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with
23 SOP 738.
24
25 5-01.AP5
26 Section 5-01, Cement Concrete Pavement Rehabilitation
27 April 2, 2018
28 5-01.3(4) Replace Cement Concrete Panel i
29 The last sentence of the fourth to last paragraph is revised to read:
30
31 If the replacement panel is located in an area that will be ground as part of concrete 1
32 pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall
33 be measured, by the Contractor, in conjunction with the smoothness measurement
34 done in accordance with Section 5-01.3(10).
35
36 5-04.AP5
37 Section 5-04, Hot Mix Asphalt
38 April 2, 2018
39 5-04.1 Description
40 The last sentence of the first paragraph is revised to read:
41
42 The manufacture of HMA may include additives or processes that reduce the optimum
43 mixing temperature(Warm Mix Asphalt)or serve as a compaction aid in accordance
44 with these Specifications.
45
46 5-04.2 Materials
47 The reference to"Warm Mix Asphalt Additive" is revised to read "HMA Additive".
1
Page 10 I
1
2 5-04.2(1) How to Get an HMA Mix Design on the QPL
3 The last bullet in the first paragraph is revised to read:
4
5 • Do not include HMA additives that reduce the optimum mixing temperature or serve
6 as a compaction aid when developing a mix design or submitting a mix design for
7 QPL evaluation. The use of HMA additives is not part of the process for obtaining
8 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
9
10 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard
11 Practice QC-8 located in the WSDOT Materials Manual M 46-01".
12
' 13 5-04.2(1)C Mix Design Resubmittal for QPL Approval
14 Item number 3 of the first paragraph is revised to read:
15
I
16 3. Changes in modifiers used in the asphalt binder.
17
18 5-04.2(2)B Using Warm Mix Asphalt Processes
' 19 This section, including title, is revised to read:
20
21 5-04.2(2)B Using HMAAdditives
' 22 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
23 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
24 include organic additives, chemical additives and foaming processes. The use of
25 Additives is subject to the following:
26
27 • Do not use additives that reduce the mixing temperature in accordance with
28
29 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
30 • Before using additives, obtain the Engineer's approval using WSDOT Form
31 350-076 to describe the proposed additive and process.
32
33 5-04.3(3)A Mixing Plant
' 34 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for
35 AASHTO T 168".
36
37 5-04.3(4) Preparation of Existing Paved Surfaces
' 38 The first sentence of the fourth paragraph is revised to read:
39
40 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-
I 41 1 h, or Performance Graded (PG)asphalt for tack coat.
42
43 5-04.3(6) Mixing
' 44 The first paragraph is revised to read:
45
46 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the
47 amount designated on the QPL for the mix design, into the asphalt binder prior to
48 shipment to the asphalt mixing plant.
49
50 The seventh paragraph is revised to read:
51
I
Page 11
1 Upon discharge from the mixer, ensure that the temperature of the HMA does not
2 exceed the optimum mixing temperature shown on the accepted Mix Design Report by
3 more than 25°F, or as allowed by the Engineer. When an additive is included in the
4 manufacture of HMA, do not heat the additive (at any stage of production including in
5 binder storage tanks)to a temperature higher than the maximum recommended by the
6 manufacturer of the additive. ill
7
8 5-04.3(7) Spreading and Finishing
9 The last row of the table is revised to read:
10
inch 0.25 feet 0.30 feet
11
12 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
13 The following new paragraph is inserted after the first paragraph:
14
15 The Contracting Agency's combined aggregate bulk specific gravity(Gsb) blend as
16 shown on the HMA Mix Design will be used for VMA calculations until the Contractor
17 submits a written request for a Gsb test. The new Gsb will be used in the VMA
18 calculations for HMA from the date the Engineer receives the written request for a Gsb
19 retest. The Contractor may request aggregate specific gravity(Gsb)testing be
20 performed by the Contracting Agency twice per project.The Gsb blend of the combined 1
21 stockpiles will be used to calculate voids in mineral aggregate(VMA)of any HMA
22 produced after the new Gsb is determined.
23
24 5-04.3(9)A1 Test Section—When Required, When to Stop
25 The following new row is inserted after the second row in Table 9:
26
VMA Minimum PF;of 0.95 None4
based on the criteria in
Section 5-04.3(9)B42
27
28 5-04.3(9)A2 Test Section —Evaluating the HMA Mixture in a Test Section
29 In Table 9a, the test property"Gradation,Asphalt Binder, and Vag, is revised to read
30 "Gradation, Asphalt Binder, VMA, and Va" I 31
32 5-04.3(9)B3 Mixture Statistical Evaluation—Acceptance Testing
33 In Table 11, "Va" is revised to read "VMA and Va" '
34
35 5-04.3(9)65 Mixture Statistical Evaluation—Composite Pay Factors (CPF)
36 The following new row is inserted above the last row in Table 12:
37
Voids in Mineral Aggregate 2
(VMA) I 38
39 5-04.3(9)67 Mixture Statistical Evaluation—Retests
40 The second to last sentence is revised to read: I 41
42 The sample will be tested for a complete gradation analysis, asphalt binder content,
43 VMA and Va, and the results of the retest will be used for the acceptance of the HMA in
44 mixture in place of the original mixture sublot sample test results.
45
I
Page 12
I
1 HMA 5-04.3(10)C1 Compaction Statistical Evaluation— Lots and Sublots
2 The bulleted item in the fourth paragraph is revised to read:
' 3
4 • For a compaction lot in progress with a compaction CPF less than 0.75 using an
5 LSL =91.0, a new compaction lot will begin at the Contractor's request after the.
6 Engineer is satisfied that material conforming to the Specifications can be
7 produced. See also Section 5-04.3(11)F.
8
• 9 5-04.3(10)C2 HMA Compaction Statistical Evaluation—Acceptance Testing
10 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
11
12 5-04.3(10)C3 HMA Statistical Compaction— Price Adjustments
13 In the first paragraph, "WSDOT FOP for AASHTO T 355"is revised to read "FOP for
14 AASHTO T 355".
15
16 The first sentence in the second paragraph is revised to read:
17
18 For each HMA compaction lot(that is accepted by Statistical Evaluation)which does not
19 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
20 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay
21 Factor(CPF).
I 22
23 The last two paragraphs are revised to read:
24
25 Determine the Compaction Price Adjustment(CPA)from the table below, selecting the
I 26 equation for CPA that corresponds to the value of CPF determined above.
27
Calculating HMA Compaction Price Adjustment(CPA)
Value of CPF Equation for Calculating CPA
When CPF > 1.00 CPA= [0.80 x(CPF— 1.00)]x Q x
I UP
When CPF = 1.00 CPA= $0
When CPF< 1.0 CPA= [0.40 x(CPF— 1.00)]x Q x
'
28 UP
29 Where
30 CPA= Compaction Price Adjustment for the compaction lot($)
31 CPF = Composite Pay Factor for the compaction lot(maximum is 1.05)
32 Q = Quantity in the compaction lot(tons)
33 UP = Unit price of the HMA in the compaction lot($/ton)
34
35 5-04.3(13) Surface Smoothness
36 The second to last paragraph is revised to read:
' 37
38 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA
39 shall be such that no surface elevation lies above the Plan grade minus the specified
40 Plan depth of concrete pavement. Prior to placing the concrete pavement,bring any
I 41 such irregularities to the required tolerance by grinding or other means allowed by the
42 Engineer.
43
Page 13
1 5-04.5 Payment
1
2 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
3
4 The unit Contract price per linear foot for"Crack Sealing-LF"shall be full payment for all
5 costs incurred to perform the Work described in Section 5-04.3(4)A.
6 �.
7 5-05.AP5
8 Section 5-05, Cement Concrete Pavement
9 April 2, 2018
10 5-05.1 Description
11 In the first paragraph, "portland cement concrete" is revised to read"cement concrete".
12
13 5-05.2 Materials
14 In the first paragraph, the reference to"Portland Cement" is revised to read:
15
16 Cement 9-01
17
18 5-05.3(1) Concrete Mix Design for Paving
19 The table title in item number 4 is revised to read Concrete Batch Weights.
20
21 In item 4a, "Portland Cement" is revised to read "Cement".
22
23 5-05.3(4) Measuring and Batching Materials
24 Item number 2 is revised to read:
25
26 2. Batching Materials—On all projects requiring more than 2,500 cubic yards of
27 concrete for paving, the batching plant shall be equipped to proportion aggregates I
28 and cement by weight by means of automatic and interlocked proportioning devices
29 of accepted type.
30 1 31 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
32
33 This section's title is revised to read:
34
35 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement
36
37 The first sentence is revised to read:
38
39 Acceptance of portland cement or blended hydraulic cement concrete pavement shall
40 be as provided under statistical or nonstatistical acceptance.
41
42 5-05.4 Measurement
43 The last paragraph is revised to read:
44
45 The calculation for cement concrete compliance adjustment is the volume of concrete
46 represented by the CPF and the Thickness deficiency adjustment.
47
48 5-05.5 Payment
49 The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the I
50 paragraph following this bid item are revised to read:
1
Page 14 '
I1
2 "Cement Concrete Compliance Adjustment", by calculation.
3
I 4 Payment for"Cement Concrete Compliance Adjustment"will be calculated by
5 multiplying the unit Contract price for the cement concrete pavement, times the volume
I 6 for adjustment, times the percent of adjustment determined from the calculated CPF
7 and the Deficiency Adjustment listed in Section 5-05.5(1)A.
8
9 6-01.AP6
I10 Section 6-01, General Requirements for Structures
11 January 2, 2018
1 12 6-01.10 Utilities Supported by or Attached to Bridges
13 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
14
I15 6-01.12 Final Cleanup
16 The second paragraph is deleted.
17
1 18 6-02.AP6
19 Section 6-02, Concrete Structures
20 April 2, 2018
I21 6-02.1 Description
22 The first sentence is revised to read:
I 23
24 This Work consists of the construction of all Structures(and their parts)made of
25 portland cement or blended hydraulic cement concrete with or without reinforcement,
I 26 including bridge approach slabs. .
27
28 6-02.2 Materials
I29 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
30 Cement Concrete" are revised to read:
31
I 32 Cement 9-01
33 Aggregates for Concrete 9-03.1
34
I 35 6-02.3(2) Proportioning Materials
36 The second paragraph is revised to read:
37
38 Unless otherwise specified, the Contractor shall use Type I or II portland cement or
I 39
40 blended hydraulic cement in all concrete as defined in Section 9-01.2(1).
41 6-02.3(2)A.Contractor Mix Design
I 42 The last sentence of the last paragraph is revised to read:
43
1 it
44 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of
II 45 7.5 percent for all concrete placed above the finished ground line unless noted
46 otherwise.
47
48 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
49 Item number 5 of the first paragraph is deleted.
I
iPage 15
1
1
2 Item number 6 of the first paragraph(after the preceding Amendment is applied) is
3 renumbered to 5.
4
5 6-02.3(2)B Commercial Concrete
6 The second paragraph is revised to read: I
7
8 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
9 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB
10 and RM signal standards, pedestals, cabinet bases, guardrail anchors,fence post
11 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may
12 use commercial concrete. Ifcommercial concrete is used for sidewalks, concrete curbs, I
13 curbs and gutters, and gutters, it shall have a minimum cementitious material content of
14 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of
15 Section 6-02.3(5)C shall apply.
16
17 6-02.3(4)0 Temperature and Time For Placement
18 The following is inserted after the first sentence of the first paragraph:
19
20 The upper temperature limit for placement for Class 4000D concrete may be increased
21 _ to a maximum of 80°F if allowed by the Engineer.
22
23 6-02.3(5)C Conformance to Mix Design
24 Item number 1 of the second paragraph is revised to read:
25
26 1. Cement weight plus 5 percent or minus 1 percent of that specified in the
27 mix design.
28
1
29 6-02.3(6)A1 Hot Weather Protection
30 The first paragraph is revised to read:
31
32 The Contractor shall provide concrete within the specified temperature limits. Cooling of
33 the coarse aggregate piles by sprinkling with water is permitted provided the moisture
34 content is monitored,the mixing water is adjusted for the free water in the aggregate
35 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile.
36 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or
37 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is
38 completely melted by placing time.
39
40 The second sentence of the second paragraph is revised to read:
41
42 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that
43 touch the concrete.
44
1
45 6-02.3(10)04 Monitoring Bridge Deck Concrete Temperature After Placement
46 This section, including title, is revised to read:
47
48 6-02.3(10)04 Vacant
49
50 6-02.3(10)05 Bridge Deck Concrete Finishing and Texturing
51 In the third subparagraph of the first paragraph, the last sentence is revised to read:
52
Page 16 I
1 The Contractor shall texture the bridge deck surface to within 3-inches minimum and
2 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum
3 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches
4 maximum of the perimeter of bridge drain assemblies.
5
6 6-02.3(10)F Bridge Approach Slab Orientation and Anchors
7 The last paragraph is deleted.
8
1 9 6-02.3(13)A Strip Seal Expansion Joint System
10 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read"SAE
11 AMS Standard 595".
12
13 6-02.3(23) Opening to Traffic
14 This section is supplemented with the following new paragraph:
15
16 After curing bridge approach slabs in accordance with Section 6-02.3(11), the
17 bridge approach slabs may be opened to traffic when a minimum compressive strength
18 of 2,500 psi is achieved.
19
20 6-02.3(24)C Placing and Fastening
21 The fourth sentence of the second paragraph is revised to read:
22
23 All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections,
24 however they may be tied at alternate intersections when spacing is less than 1 foot in
I 25 each direction and they are supported by continuous supports meeting all other
26 requirements of supports for epoxy-coated bars.
27
28 The sixth paragraph (excluding the numbered list)is revised to read:
29
30 Precast concrete supports(or other accepted devices)shall be used to maintain the
31 concrete coverage required by the Plans. The precast concrete supports shall:
32
33 Item number 2 of the sixth paragraph is revised to read:
' 34
35 2. Have a compressive strength equal to or greater than that of the concrete in which
36 they are embedded.
37
38 The first sentence of the seventh paragraph is revised to read:
39
40 In slabs, each precast concrete support shall have either (1)a grooved top that will hold
41 the reinforcing bar in place, or(2)an embedded wire that protrudes and is tied to the
42 reinforcing steel.
43
44 The eighth paragraph is revised to read:
45
46 Precast concrete supports may be accepted based on a Manufacturer's Certificate of
47 Compliance.
48
49 The ninth paragraph (excluding the numbered list) is revised to read:
50
Page 17
1 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports
2 to hold uncoated bars.Any surface of a metal support that will not be covered by at
3 leastY2 inch of concrete shall be one of the following:
4
5 The tenth paragraph is revised to read:
6
7 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by
8 one of the following:
9
10 1. Metal supports coated entirely with a dielectric material such as epoxy or
11 plastic,
12
13 2. Other epoxy-coated reinforcing bars, or
14
15 3. All-plastic supports.
16
17 The following new paragraph is inserted after the tenth paragraph:
18
19 Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
20
21 The twelfth paragraph(after the preceding Amendment is applied)is revised to read:
22
23 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete.
24 All-plastic supports shall have rounded seatings, shall not deform under load during
25 normal temperatures, and shall not shatter or crack under impact loading in cold
26 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the
27 bar and shall have at least 25 percent of their gross place area perforated to
28 compensate for the difference in the coefficient of thermal expansion between plastic ,
29 and concrete. The shape and configuration of all-plastic supports shall permit complete
30 concrete consolidation in and around the support.
31 ,32 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read:
33
34 A°mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks,
35 top and bottom mats shall be supported adequately enough to hold both in their proper I
36 positions.If bar supports directly support, or are directly supported on No. 4 bars, they
37 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for
38 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. '
39 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top
40 mat as needed.
41
42 6-02.3(27) Concrete for Precast Units
43 The last sentence of the first paragraph is revised to read:
44
45 Type III portland cement or blended hydraulic cement is permitted to be used in precast
46 concrete units.
47
48 6-02.3(28)B Curing
49 In the second paragraph,the reference to Section 6-02.3(25)B is revised to read Section 6-
50 02.3(25)C.
51
1
Page 18 I
1 6-02.3(28)D Contractors Control Strength
2 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO
3 T 23".
4
5 6-05.AP6
6 Section 6-05, Piling
7 January 2, 2018
8 6-05.3(9)A Pile Driving Equipment Approval
9 The fourth sentence of the second paragraph is revised to read:
10
1 11
12 For prestressed concrete piles, the allowable driving stress in kips per square inch shall
be 0.095• f'c plus prestress in tension, and 0.85f c minus prestress in compression,
13 where f c is the concrete compressive strength in kips per square inch.
14
15 6-07.AP6
16 Section 6-07, Painting
17 January 2, 2018
18 6-07.3(6)A Paint Containers
' 19 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
20 Standard 595".
21
22 6-08.AP6
' 23 Section 6-08, Bituminous Surfacing on Structure Decks .
24 January 2, 2018
25 6-08.3(7)A Concrete Deck Preparation
26 The first sentence of the first paragraph is revised to read:
27
' 28 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish
29 the extent of bridge with,
repair in accordance with Section 6-09.3(6).
30
31 6-09.AP6
32 Section 6-09, Modified Concrete Overlays
33 January 2, 2018
34 6-09.3 Construction Requirements
35 This section is supplemented with the following new subsection:
' 36
37 6-09.3(15) Sealing and Texturing Concrete Overlay
38 After the requirements for checking for bond have been met, all joints and visible cracks
' 39
40 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM).The
Contractor may use compressed air to accelerate drying of the deck surface for crack
41 identification and sealing. Cracks V16 inch and greater in width shall receive two
42 applications of HMWM. Immediately following the application of HMWM, the wetted
43 surface shall be coated with sand for abrasive finish.
44
1 45
46 After all cracks have been filled and sealed and the HMWM resin has cured, the
concrete overlay surface shall receive a longitudinally sawn texture in accordance with
47 Section 6-02.3(10)D5.
1
Page 19
1
2 Traffic shall not be permitted on the finished concrete until it has reached a minimum
3 compressive strength of 3,000 psi as verified by rebound number determined in
4 accordance with ASTM C805 and the longitudinally sawn texture is completed.
5
6 6-09.3(1)B Rotary Milling Machines
7 This section is revised to read:
8
9 Rotary milling machines used to remove an upper layer of existing concrete overlay, ,
10 when present, shall have a maximum operating weight of 50,000 pounds and conform
11 to Section 6-08.3(5)B.
12
13 6-09.3(1)C Hydro-Demolition Machines •
14 The first sentence of this section is revised to read:
15
16 Hydro-demolition machines shall consist of filtering and pumping units operating in III
17 conjunction with a remote-controlled robotic device, using high-velocity water jets to
18 remove sound concrete to the nominal scarification depth shown in the Plans with a
19 single pass of the machine, and with the simultaneous removal of deteriorated concrete.
20
21 6-09.3(1)D Shot Blasting Machines
22 This section, including title, is revised to read:
23
24 6-09.3(1)D Vacant ,
25
26 6-09.3(2) Submittals
27 Item number 1 and 2 are revised to read:
28
29 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of
30 the hydro-demolition machine selected by the Contractor for use in this project to
31 scarify concrete surfaces.
32
33 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
34 loads, and axle spacing of the rotary milling machine (if used to remove an upper
35 layer of existing concrete overlay when present).
36
37 The first sentence of item number 3 is revised to read:
38
39 A Type 2 Working Drawing of the Runoff Water Disposal Plan.
40
41 6-09.3(5)A General
42 The first sentence of the fourth paragraph is revised to read:
43
44 All areas of the deck that are inaccessible to the selected scarifying machine shall be
45 scarified to remove the concrete surface matrix to a maximum nominal scarification
46depth shown in the Plans by a method acceptable to the Engineer.
47
:
48 This section is supplemented with the following:
49
50 Concrete process water generated by scarifying concrete surface and removing existing I
51 concrete overlay operations shall be contained, collected, and disposed of in
1
Page 20 I
I1 accordance with Section 5-01.3(11)and Section 6-09.3(5)C, and the Section 6-09.3(2)
2 Runoff Water Disposal Plan.
I 3
4 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines
5 This section's title is revised to read:
I 6
7 Testing of Hydro-Demolition Machines
8
9 The second paragraph is revised to read:
I10
11 In the "sound" area of concrete, the equipment shall be programmed to remove
12 concrete to the nominal scarification depth shown in the Plans with a single pass of the
I 13
14 machine.
15 6-09.3(5)D Shot Blasting
I 16 This section, including title, is revised to read:
17
18 6-09.3(5)D Vacant
I 19
20 6-09.3(5)E Rotomilling
21 This section, including title, is revised to read:
I 22
23 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
24 When the Contractor elects to remove the upper layer of existing concrete overlay,
I 25 when present, by rotomilling prior to final scarifying, the entire concrete surface of the
26 bridge deck shall be milled to remove the surface matrix to the depth specified in the
27 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of
I 28 the rotary milling machine shall be monitored in order to prevent the unnecessary
29 removal of concrete below the specified removal depth.
30
I 31 6-09.3(6) Further Deck Preparation
32 The first paragraph is revised to read::
33
34 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
I 35 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface.
36 The Contractor shall mark those areas of the existing bridge deck that are authorized by
37 the Engineer for further deck preparation by the Contractor.
I 38
39 Item number 4 of the second paragraph is deleted.
40
I 41 The first sentence of the third paragraph is deleted.
42
43 6-09.3(6)A Equipment for Further Deck Preparation
I 44 This section is revised to read:
45
46 Further deck preparation shall be performed using either power driven hand tools
1 47 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section
48 6-09.3(1)C.
49
I 50 6-09.3(6)B Deck Repair Preparation
51 The second paragraph is deleted.
52
I
Page 21
I
1 The last sentence of the second paragraph (after the preceding Amendment is applied) is
2 revised to read:
3
4 In no case shall the depth of a sawn vertical cut exceed % inch or to the top of the top
5 steel reinforcing bars, whichever is less.
6
7 The first sentence of the third to last paragraph is revised to read:
8
9 Where existing steel reinforcing bars inside deck repair areas show deterioration greater I
10 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing
11 bars alongside the deteriorated bars in accordance with the details shown in the
12 Standard Plans.
13
14 The last paragraph is deleted.
15
16 6-09.3(7) Surface Preparation for Concrete Overlay
17 The first seven paragraphs are deleted and replaced with the following:
18
19 Following the completion of any required further deck preparation the entire lane or strip
20 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
21 material that may still be present. These materials shall be removed by detergent-
22 cleaning or other method accepted by the Engineer followed by sandblasting.
23
24 After detergent cleaning and sandblasting is completed, the entire lane or strip being
25 overlaid shall be swept clean in final preparation for placing concrete using either
26 compressed air or vacuum machines.
27
28 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 111
29 cleaned in final preparation for placing concrete shallbe discontinued when final
30 preparation is begun. Scarifying and hand tool chipping shall remain suspended until
31 the concrete has been placed and the requirement for curing time has been satisfied.
32 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time
33 after the completion of concrete placing.
34
35 Scarification, and removal of the upper layer of concrete overlay when present, may
36 proceed during the final cleaning and overlay placement phases of the Work on
37 adjacent portions of the Structure so long as the scarification and concrete overlay
38 removal operations are confined to areas which are a minimum of 100 feet away from
39 the defined limits of the final cleaning or overlay placement in progress. If the
40 scarification and concrete overlay removal impedes or interferes in any way with the
41 final cleaning or overlay placement as determined by the Engineer, the scarification and I
42 concrete overlay removal Work shall be terminated immediately and the scarification
43 and concrete overlay removal equipment removed sufficiently away from the area being
44 prepared or overlaid to eliminate the conflict. If the grade is such that water and
45 contaminants from the scarification and concrete overlay removal operation will flow into I-
46
the area being prepared or overlaid, the scarification and concrete overlay removal
47 operation shall be terminated and shall remain suspended for the first 24 hours of curing
48 time after the completion of concrete placement.
49
50 6-09.3(12) Finishing Concrete Overlay
51 The third paragraph is deleted.
52
I
Page 22 I
1 The last paragraph is deleted.
2
3 6-09.3(13) Curing Concrete Overlay
4 The first sentence of the first paragraph is revised to read:
5
6 As the finishing operation progresses, the concrete shall be immediately covered with a-
7 single layer of clean, new or used,wet burlap.
8
' 9 The last sentence of the second paragraph is deleted.
10
11 The following two new paragraphs are inserted after the second paragraph:
12
13 As an alternative to the application of burlap and fog spraying described above, the
14 Contractor may propose a curing system using proprietary curing blankets specifically
15 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
I 16 Drawing consisting of details of the proprietary curing blanket system, including product
17 literature and details of how the system is to be installed and maintained.
18
' 19 The wet curing regimen as described shall remain in place for a minimum of 42-hours.
20
21 The last paragraph is deleted.
22
23 6-09.3(14) Checking for Bond
24 The first sentence of the first paragraph is revised to read:
I 25
26 After the requirements for curing have been met, the entire overlaid surface shall be
27 sounded by the Contractor, in a manner accepted by and in the presence of the
' 28 Engineer, to ensure total bond of the concrete to the bridge deck.
29
30 The last sentence of the first paragraph is deleted.
31
32 The second paragraph is deleted.
33
34 6-10.AP6
111 35 Section 6-10, Concrete Barrier
36 April 2, 2018
' 37 6-10.2 Materials
38 In the first paragraph, the reference to "Portland Cement" is revised to read:
39
' 40 Cement 9-01
41
42 6-11.AP6
' 43 Section 6-11, Reinforced Concrete Walls
44 April 2, 2018
' 45 6-11.2 Materials
46 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
47 to read:
48
49 Aggregates for Concrete 9-03.1
50
Page 23
1 6-12.AP6
2 Section 6-12, Noise Barrier Walls
3 April 2, 2018
4 6-12.2 Materials
5 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised 1
6 to read:
7
8 Aggregates for Concrete 9-03.1
9
10 6-13.AP6
11 Section 6-13, Structural Earth Walls
12 April 2, 2018
13 6-13.2 Materials
14 In the first paragraph, the reference to'Aggregates for Portland Cement Concrete" is revised
15 to read:
16
17 Aggregates for Concrete 9-03.1 •
18
19 6-14.AP6
20 Section 6-14, Geosynthetic Retaining Walls
21 April 2, 2018
22 6-14.2 Materials I
23 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
24 Cement Concrete" are revised to read:
25
26 Cement 9-01
27 Aggregates for Concrete 9-03.1
28
29 6-16.AP6
30 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls
31 April 2, 2018
32 6-16.2 Materials
33 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised I
34 to read:
35
36 Aggregates for Concrete 9-03.1
37
38 6-18.AP6
39 Section 6-18, Shotcrete Facing
40 January 2, 2018
41 6-18.3(3) Testing
42 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604".
43
44 6-18.3(3)B Production Testing
45 In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604".
46
Page 24 I
1 6-18.3(4) Qualifications of Contractor's Personnel
2 In the last sentence of the second paragraph, "AASHTO T 24"is revised to read "ASTM
3 C1604".
4
5 6-19.AP6
' 6 Section 6-19, Shafts
7 April 2, 2018
8 6-19.2 Materials
I 9 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
10 Cement Concrete" are revised to read:
' 11
12 Cement 9-01
13 Aggregates for Concrete 9-03.1
14
15 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
16 Excavation Operations
17 The first paragraph is supplemented with the following:
18
19 In no case shall shaft excavation and casing placement extend below the bottom of
20 shaft excavation as shown in the Plans.
21
22 6-19.3(6)E Thermal Wire and Thermal Access Point(TAPS)
23 The third sentence of the third paragraph is revised to read:
I 24
25 The thermal wire shall extend from the bottom of the reinforcement cage to the top of
26 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft.
' 27
28 The following new sentence is inserted after the third sentence of the third paragraph:
29
' 30 All thermal wires in a shaft shall be equal lengths.
31
32 7-02.AP7
' 33 Section 7-02, Culverts
34 April 2, 2018
35 7-02.2 Materials
36 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
37 Cement Concrete" are revised to read:
' 39
39 Cement 9-01
40 Aggregates for Concrete 9-03.1
41
42 7-02.3(6)A4 Excavation and Bedding Preparation
43 The first sentence of the third paragraph is revised to read:
44
' 45 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding
46 material, defined as granular material either conforming to Section 9-03.12(3)or to
47 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.
148
1
Page 25
1 7-08.AP7
2 Section 7-08, General Pipe Installation Requirements
3 April 2, 2018 ,
4 7-08.3(3) Backfilling
5 The fifth sentence of the fourth paragraph is revised to read:
6
7 All compaction shall be in accordance with the Compaction Control Test of Section 2-
8 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. '
9
10 The following new sentences are inserted after the fifth sentence of the fourth paragraph:
11
12 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
13 request to use a test point evaluation for compaction acceptance. Test Point evaluation
14 shall be performed in accordance with SOP 738.
15
16 8-01.AP8
17 Section 8-01, Erosion Control and Water Pollution Control •
18 April 2, 2018
19 8-01.1 Description
20 This section is revised to read:
21
22 This Work consists of furnishing, installing, maintaining, removing and disposing of best
23 management practices(BMPs), as defined in the Washington Administrative Code
24 (WAC) 173-201A, to manage erosion and water quality in accordance with these
25 Specifications and as shown in the Plans or as designated by the Engineer.
26
27 The Contracting Agency may have a National Pollution Discharge Elimination System
28 Construction Stormwater General Permit(CSWGP)as identified in the Contract Special
29 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP
30 to the Contractor when a CSWGP has been obtained.The Contracting Agency may not
31 have a CSWGP for the project but may have another water quality related permit as
32 identified in the Contract Special Provisions or the Contracting Agency may not have
33 water quality related permits but the project is subject to applicable laws for the Work.
34 Section 8-01 covers all of these conditions.
35
36 8-01.2 Materials
37 The first paragraph is revised to read:
38
39 Materials shall meet the requirements of the following sections:
40
41 Corrugated Polyethylene Drain Pipe 9-05.1(6)
42 Quarry Spalls 9-13
43 Erosion Control and Roadside Planting 9-14
44 Construction Geotextile 9-33
45
46 8-01.3(1) General
47 This section is revised to read:
48 I 49 Adaptive management shall be employed throughout the duration of the project for the
50 implementation of erosion and water pollution control permit requirements for the
t
Page 26 I
•
I 1 current condition of thejroect site. The adaptive management includes the selection
p p
2 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
I 3 implementing maintenance procedures, and other managerial practices that when used
4 singularly or in combination, prevent or reduce the release of pollutants to waters of the
5 State. The adaptive management shall use the means and methods identified in this
I 6 section and means and methods identified in the Washington State Department of
7 Transportation's Temporary Erosion and Sediment Control Manual or the Washington
8 State Department of Ecology's Stormwater Management Manuals for construction
9
10 stormwater.
'
11 The Contractor shall install a high visibility fence along the site preservation lines shown
12 in the Plans or as instructed by the Engineer.
1 13
14 Throughout the life of the project, the Contractor shall preserve and protect the
15 delineated preservation area, acting immediately to repair or restore any fencing
I 16 damaged or removed.
17
18 All discharges to surface waters shall comply with surface water quality standards as
I 19 defined in Washington Administrative Code (WAC)Chapter 173-201A. All discharges to
20 the ground shall comply with groundwater quality standards WAC Chapter 173-200.
21
I
22
23 The Contractor shall comply with the CSWGP when the project is covered by the
CSWGP. Temporary Work, at a minimum, shall include the implementation of:
24
I 25 1. Sediment control measures prior to ground disturbing activities to ensure all
26 discharges from construction areas receive treatment prior to discharging from
27 the site.
28
I29 _ 2. Flow control measures to prevent erosive flows from developing.
30
31 3. Water management strategies and pollution prevention measures to prevent
1 32 contamination of waters that will be discharged to surface waters or the
33 ground.
34
I 35 4. Erosion control measures to stabilize erodible earth not being worked.
36
37 5. Maintenance of BMPs to ensure continued compliant performance.
I 38
39 6. Immediate corrective action if evidence suggests construction activity is not in
40 compliance. Evidence includes sampling data, olfactory or visual evidence
I 41 such as the presence of suspended sediment, turbidity, discoloration, or oil
42 sheen in discharges.
43
44 To the degree possible, the Contractor shall coordinate this temporary Work with
I45 permanent drainage and erosion control Work the Contract requires.
46
47 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
1 48 more erodible earth than as listed below:
49
Western Washington Eastern Washington
I (West of the Cascade (East of the Cascade
Mountain Crest) Mountain Crest)
I
Page 27
i
May 1 through 17 Acres April 1 through 17 Acres
September 30 October 31-
October 1 November 1 1
through April 5 Acres through March 5 Acres
30 31
1 t
2 The Engineer may increase or decrease the limits based on project conditions.
3
4 Erodible earth is defined as any surface where soils, grindings, or other materials may I
5 be capable of being displaced and transported by rain, wind, or surface water runoff.
6
7 Erodible earth not being worked,whether at final grade or not, shall be covered within
8 the specified time period (see the table below), using BMPs for erosion control.
9
I Western Washington I Eastern Washington
(idlest ofthe Cascade (East_ofthe_Cascade I I
Mountain Crest) Mountain Crest)
October 1 2 days October 1 5 days
I
through April maximum through June maximum
May 1 to 7 days November 1 10 days
September 30 maximum through March maximum I
31
10
11 When applicable,the Contractor shall be responsible for all Work required for
I
12 compliance with the CSWGP including annual permit fees.
13
14 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall I
15 continue to comply with this division during the suspension.
16
17 Nothing in this Section shall relieve the Contractor from complying with other Contract
18 requirements.
19
20 8-01.3(1)A Submittals
III
21 This section's content is deleted.
22
23 This section is supplemented with the following new subsection:
24
25 8-01.3(1)A1 Temporary Erosion and Sediment Control
26 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
27 and plan sheets that meets the Washington State Department of Ecology's Stormwater
28 Pollution Prevention Plan (SWPPP)requirement in the CSWGP. Abbreviated TESC
29 plans are not required to include plan sheets and are used on small projects that disturb
30 soil and have the potential to discharge but are not covered by the CSWGP. The
I
31 contract uses the term"TESC plan" to describe both TESC plans and abbreviated
32 TESC plans.When the Contracting Agency has developed a TESC plan for a Contract,
33 the narrative is included in the appendix to the Special Provisions and the TESC plan
34 sheets, when required, are included in the Contract Plans. The Contracting Agency
35 TESC plan will not include off-site areas used to directly support construction activity.
36
37 The Contractor shall either adopt the TESC Plan in the Contract or develop a new
38 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor
I
Page 28 I
1 1 shall modify the TESC Plan to meet the Contractor's schedule, method of construction,
2 and to include off-site areas that will be used to directly support construction activity
I
3 such as equipment staging yards, material storage areas, or borrow areas. Contractor
4 TESC Plans shall include all high visibility fence delineation shown on the Contracting
5 Agency Contract Plans. All TESC Plans shall meet the requirements of the current
I 6 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
7 adaptively managed as needed throughout construction based on site inspections and
8 discharge samples to maintain compliance with the CSWGP. The Contractor shall
9 develop a schedule for implementation of the TESC work and incorporate it into the
I10 Contractor's progress schedule.
11
12 The Contractor shall submit their TESC Plan (either the adopted plan or new plan)and
I
13 implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
14 updated TESC Plans shall be submitted as Type 1 Working Drawings.
15
I 16 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
17 This section is revised to read:
18
I19
20 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate
21 of Training in Construction Site Erosion and Sediment Control from a course approved
I 22 by the Washington State Department of Ecology. The ESC Lead must be onsite or on
23 call at all times throughout construction. The ESC Lead shall be listed on the
24 Emergency Contact List required under Section 1-05.13(1).
I 25
26 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
27 limited to:
28
I29 1. Installing, adaptively managing, and maintaining temporary erosion and
30 sediment control BMPs to assure continued performance of their intended
31 function. Damaged or inadequate BMPs shall be corrected immediately.
I 32
33 2. Updating the TESC Plan to reflect current field conditions.
34
I 35 3. Discharge sampling and submitting Discharge Monitoring Reports(DMRs)to
36 the Washington State Department of Ecology in accordance with the CSWGP.
37
I
38
39 4. Develop and maintain the Site Log Book as defined in the CSWGP.When the
Site Log Book or portion thereof is electronically developed, the electronic
40 documentation must be accessible onsite. As a part of the Site Log Book, the
I 41 Contractor shall develop and maintain a tracking table to show that identified
42 TESC compliance issues are fully resolved within 10 calendar days.The table
43 shall include the date an issue was identified, a description of how it was
44 resolved, and the date the issue was fully resolved.
I45
46 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
47 erosion and sediment control BMPs, and all stormwater discharge points at least once
I48 every calendar week and within 24-hours of runoff events in which stormwater
49 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
50 reduced to once every calendar month. The Washington State Department of Ecology's
I 51 Erosion and Sediment Control Site Inspection Form, located at
52 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-
Page 29
11
1 permits/Construction-stormwater-permit, shall be completed for each inspection and a
2 copy shall be submitted to the Engineer no later than the end of the next working day
3 following the inspection.
4
5 8-01.3(1)C Water Management
6 This section is supplemented with the following new subsections: I
7
8 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water
9 Mark(OHWM)
111
10 Work over surface waters of the state(defined in WAC 173-201A-010)or below the
11 OHWM(defined in RCW 90.58.030)must comply with water quality standards for
12 surface waters of the state of Washington. I
. 13 •
14 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
15 All equipment containing hydraulic fluid that extends from a bridge deck over surface
16 waters of the state or below the OHWM,shall be equipped with an environmentally
17 acceptable hydraulic fluid. The fluid shall meet specific requirements for
18 biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United
19 States Environmental Protection Agency(EPA)publication EPA800-R-11-002.
20 Acceptance shall be in accordance with Section 1-06.3, Manufacturer's Certification of
21 Compliance.
22 11123 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills
24 are acceptable. The Contractor shall respond to spills to land or water in accordance
25 with the Contract.
26
27 8-01.3(1)C7 Turbidity Curtain
28 All Work for the turbidity curtain shall be in accordance with the manufacturer's
29 recommendations for the site conditions. Removal procedures shall be developed and
30 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type
31 2 Working Drawing, detailing product information, installation and removal procedures,
32 equipment and workforce needs, maintenance plans, and emergency
33 repair/replacement plans.
34
35 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
36 with water quality standards.
37
38 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
39 curtain.All components of the turbidity curtain shall be removed from the project.
40
41 8-01.3(1)C1 Disposal of Dewatering Water I
42 This section is revised to read:
•
43
44 When uncontaminated groundwater is encountered in an excavation on a project it may I
45 be infiltrated within vegetated areas of the right of way not designated as Sensitive
46 Areas or incorporated into an existing stormwater conveyance system at a rate that will
47 not cause erosion or flooding in any receiving surface water.
48
49 Alternatively, the Contractor may pursue independent disposal and treatment
50 alternatives that do not use the stormwater conveyance system provided it is in
51 compliance with the applicable WACs and permits.
52
I
Page 30
I
I .
1 8-01.3(1)C2 Process Wastewater
2 This section is revised to read:
I 3
4 Wastewater generated on-site as a byproduct of a construction process shall not be
5 discharged to surface waters of the State. Some sources of process wastewater may be
6 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
7 sources of process wastewater may be disposed via independent disposal and
8 treatment alternatives in compliance with the applicable WACs and permits.
9
I
10 8-01.3(1)C3 Shaft Drilling Slurry Wastewater
11 This section is revised to read:
12
I 13 Wastewater generated on-site during shaft drilling activity shall be managed and
14 disposed of in accordance with the requirements below. No shaft drilling slung
15 wastewater shall be discharged to surface waters of the State. Neither the sediment nor
16 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
17 detectable by visible or olfactory indication (e.g., chemical sheen or smell).
1 18
19 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be
20 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-
21 14.5(1)or shall be chitosan products listed as General Use Level Designation
22 (GULD)on the Washington State Department of Ecology's stormwater
23 treatment technologies web a e for construction treatment. Infiltration is
I ' 9 p9
24 permitted if the following requirements are met: •
25
I
26 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge.
27
28 b. The amount of flocculant added to the slurry shall be kept to the minimum
I I 29 needed to adequately settle out solids. The flocculant shall be thoroughly
30 mixed into the slurry.
31
I 32 c. The slurry removed from the shaft shall be contained in a leak proof cell or
33 tank for a minimum of 3 hours.
34
I
35
36 d. The infiltration rate shall be reduced if needed to prevent wastewater from
leaving the infiltration location. The infiltration site shall be monitored
37 regularly during infiltration activity. All wastewater discharged to the
I 38 ground shall fully infiltrate and discharges shall stop before the end of
39 each work day.
Y
40
I 41 e. Drilling spoils and settled sediments remaining in the containment cell or
42 tank shall be disposed of in accordance with Section 6-19.3(4)F.
43
I44 f. Infiltration locations shall be in upland areas at least 150 feet away from
45 surface waters, wells, on-site sewage systems, aquifer sensitive recharge
46 areas, sole source aquifers, well head protection areas, and shall be
47 marked on the plan sheets before the infiltration activity begins.
I 48
49g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
50 Wastewater Management and Infiltration Plan as a Type 2 Working
I
51 Drawing. This Plan shall be kept on-site, adapted if needed to meet the
52 construction requirements, and updated to reflect what is being done in
I
Page 31
1 the field. The WorkingDrawingshall include, at a minimum, the following
2 information:
3 I 4 i. Plan sheet showing the proposed infiltration location and all surface
5 waters, wells, on-site sewage systems, aquifer-sensitive recharge
6 areas, sole source aquifers, and well-head protection areas within
7 150 feet.
8
9 ii. The proposed elevation of soil surface receiving the wastewater for
10 infiltration and the anticipated phreatic surface(i.e., saturated soil).
11
12 iii. The source of the water used to produce the slurry.
13
14 iv. The estimated total volume of wastewater to be infiltrated.
15
16 v. The accepted flocculant to be used (if any).
17
18 vi. The controls or methods used to prevent surface wastewater runoff
19 from leaving the infiltration location.
20
21 vii. The strategy for removing slurry wastewater from the shaft and
22 containing the slurry wastewater once it has been removed from the
23 shaft.
24
25 viii. The strategy for monitoring infiltration activity and adapting methods
26 to ensure compliance.
27
28 ix. A contingency plan that can be implemented immediately if it
29 becomes evident that the controls in place or methods being used are
30 not adequate.
31 1 32 x. The strategy for cleaning up the infiltration location after the infiltration
33 activity is done. Cleanup shall include stabilizing any loose sediment
34 on the surface within the infiltration area generated as a byproduct of
35 suspended solids in the infiltrated wastewater or soil disturbance
36 associated with BMP placement and removal.
37
38 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives I 39 not allowed for infiltration shall be contained and disposed of by the Contractor
40 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils
41 that have come into contact with mineral slurry shall be disposed of in
42 accordance with Section 6-19.3(4)F.
43
44 8-01.3(1)C4 Management of Off-Site Water
45 This section is revised to read:
46
47 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site
48 surface water and overland flow that will run-on to the project. Off-site surface water
49 run-on shall be diverted through or around the project in a way that does not introduce
50 construction related pollution. It shall be diverted to its preconstruction discharge
51 location in a manner that does not increase preconstruction flow rate and velocity and
1
Page 32
Tr—
1 protects contiguous properties and waterways from erosion. The Contractor shall submit
2 a Type 2 Working Drawing consisting of the method for performing this Work.
I 3
4 8-01.3(1)E Detention/Retention Pond Construction
5 This section is revised to read:
I 6
7 Whether permanent or temporary, ponds shall be constructed before beginning other
8 grading and excavation Work in the area that drains into that pond. Detention/retention
9 ponds may be constructed concurrently with grading and excavation when allowed by
I
10 the Engineer. Temporary conveyances shall be installed concurrently with grading in
11 accordance with the TESC Plan so that newly graded areas drain to the pond as they
12 are exposed.
I 13 •
14 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
15 In the table, the second column heading is revised to read:
I 16
17 Eastern Washington'
18 (East of the Cascade Mountain Crest)
I 19
20 Footnote 1 in the table is revised to read:
21
I
22
23 Seeding may be allowed outside these dates when allowed or directed by the Engineer.
24 8-01.3(5) Plastic Covering
I 25 The first sentence of the first paragraph is revised to read:
26
27 Erosion Control—Plastic coverings used to temporarily cover stockpiled materials,
28 slopes or bare soils shall be installed and maintained in a way that prevents water from
I 29 intruding under the plastic and prevents the plastic cover from being damaged by wind.
30
31 8-01.3(7) Stabilized Construction Entrance
I32 The first paragraph is revised to read:
33
34 Temporary stabilized construction entrance shall be constructed in accordance with the
I 35 Standard Plans, prior to construction vehicles entering the roadway from locations that
36 generate sediment track out on the roadway. Material used for stabilized construction
37 entrance shall be free of extraneous materials that may cause or contribute to track out.
I 38
39 8-01.3(8) Street Cleaning
40 This section is revised to read:
I . 41
42 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
43 debris from the Roadway. The street sweeper shall effectively collect these materials
I
44
45 and prevent them from being washed or blown off the Roadway or into waters of the
State. Street sweepers shall not generate fugitive dust and shall be designed and
46 operated in compliance with applicable air quality standards. Material collected by the
I
47
48 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C.
49 When allowed by the Engineer, power broom sweepers may be used in non-
' 50 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris
51 from the roadway into the work area. The swept material shall be prevented from
52 entering or washing into waters of the State.
I
Page 33
I
1
2 Street washing with water will require the concurrence of the Engineer.
3
4 8-01.3(12) Compost Socks
5 The first two sentences of the first paragraph are revised to read:
6
7 Compost socks are used to disperse flow and sediment. Compost socks shall be
8 installed as soon as construction will allow but before flow conditions create erosive
9 flows or discharges from the site. Compost socks shall be installed prior to any mulching I
10 or compost placement.
11
12 8-01.3(13) Temporary Curb
13 The second to last sentence of the second paragraph is revised to read:
14
15 Temporary curbs shall be a minimum of 4 inches in height.
16
17 8-01.3(14) Temporary Pipe Slope Drain
18 The third and fourth paragraphs are revised to read:
19
20 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
21 wood stakes, sand bags, or as allowed by the Engineer.
22
23 - The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
24 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
25 water quality compliance. '
26
27 The last paragraph is deleted.
28
29 8-01.3(15) Maintenance
30 This section is revised to read:
31
32 Erosion and sediment control BMPs shall be maintained or adaptively managed as
33 required by the CSWGP until the Engineer determines they are no longer needed.
34 When deficiencies in functional performance are identified, the deficiencies shall be
35 rectified immediately.
36
37 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for
38 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired
39 immediately.
40
41 In areas where the Contractor's activities have compromised the erosion control 1
42 functions of the existing grasses, the Contractor shall overseed at no additional cost to
43 the Contracting Agency.
44 I 45 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
46 maintain voids between the spalls for collecting mud and dirt.
47
48 Unless otherwise specified, when the depth of accumulated sediment and
49 debris reaches approximately%the height of the BMP the deposits shall be removed.
50 Debris or contaminated sediment shall be disposed of in accordance with Section 2- I 51 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the
52 Engineer.
• 1
Page 34
I
1
2 8-01.3(16) Removal '
1 3 This section is revised to read:
4
5 The Contractor shall remove all temporary BMPs, all associated hardware and
I
6
7 associated accumulated sediment deposition from the project limits prior to Physical
Completion unless otherwise allowed by the Engineer.When the temporary BMP
8 materials are made of natural plant fibers unaltered by synthetic materials the Engineer
I
9
10 may allow leaving the BMP in place.
11 The Contractor shall remove BMPs and associated hardware in a way that minimizes
soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
I12
13 after removal of BMPs. If the installation and use of the erosion control BMPs have
14 compacted or otherwise rendered the soil inhospitable to plant growth, such as
15 construction entrances, the Contractor shall take measures to rehabilitate the soil to
I
16 facilitate plant growth. This may include, but is not limited to, ripping the soil,
17 incorporating soil amendments, or seeding with the specified seed.
18
19 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
20 may be transferred back to the Contracting Agency. Approval of the Transfer of
21 Coverage request will require the following:
I 22
23 1. All other Work required for Contract Completion has been completed.
24
I25 2. All Work required for compliance with the CSWGP has been completed to the
' 26 maximum extent possible. This includes removal of BMPs that are no longer
27 needed and the site has undergone all Stabilization identified for meeting the
28 requirements of Final Stabilization in the CSWGP.
I
29
30 3. An Equitable Adjustment change order for the cost of Work that has not been
31 completed by the Contractor.
I
32
33 4. Submittal of the Washington State Department of Ecology Transfer of
34 Coverage form (Ecology form ECY 020-87a)to the Engineer.
35
36 If the Engineer approves the transfer of coverage back to the Contracting Agency, the
37 requirement in Section 1-07.5(3)for the Contractor's submittal of the Notice of
I 38 Termination form to the Washington State Department of Ecology will not apply.
39
40 8-01.4 Measurement
I
41 This section's content is deleted and replaced with the following new subsections:
42
43 8-01.4(1) Lump Sum Bid for Project(No Unit Items)
I
44
45 When the Bid Proposal contains the item "Erosion Control and Water Pollution
Prevention" there will be no measurement of unit or force account items for Work
46 defined in Section 8-01 except as described in Sections 8-01.4(3)and 8-01.4(4). Also,
47 except as described in Section 8-01.4(3), all of Sections 8-01.4(2)and 8-01.5(2)are
48 deleted.
49
1
I
Page 35
1 &01.4 2 Item
Bids ,
2 When the Proposal does not contain the items "Erosion Control and Water Pollution
3 Prevention", Section 8-01.4(1)and 8-01.5(1)are deleted and the Bid Proposal will
4 contain some or all of the following items measured as noted.
5
6 ESC lead will be measured per day for each day that an inspection is made and a
7 report is filed.
8
9 Biodegradable erosion control blanket and plastic covering will be measured by the I
10 square yard along the ground slope line of surface area covered and accepted.
11
12 Turbidity curtains will be measured by the linear foot along the ground line of the 11113 installed curtain.
14 •
15 Check dams will be measured per linear foot one time only along the ground line of
16 the completed check dam. No additional measurement will be made for check
17 dams that are required to be rehabilitated or replaced due to wear.
18
19 Stabilized construction entrances will be measured by the square yard by ground
20 slope measurement for each entrance constructed.
21
22 Tire wash facilities will be measured per each for each tire wash installed. ,
23
24 Street cleaning will be measured by the hour for the actual time spent cleaning
25 pavement, refilling with water, dumping and transport to and from cleaning
26 locations within the project limits, as authorized by the Engineer. Time to mobilize II
27 the equipment to or from the project limits on which street cleaning is required will
28 not be measured.
29
30 Inlet protections will be measured per each for each initial installation at a
31 drainage structure.
32
33 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
34 the linear foot along the ground line of the completed barrier.
35
36 Wattles and compost socks will be measured by the linear foot.
37
38 Temporary curbs will be measured by the linear foot along the ground line of the
39 completed installation.
40
41 Temporary pipe slope drains will be measured by the linear foot along the flow line I
42 of the pipe.
43
44 Coir logs will be measured by the linear foot along the ground line of the completed
45 installation.
46
47 Outlet protections will be measured per each initial installation at an outlet location.
48
49 Tackifiers will be measure by the acre by ground slope measurement.
50 1
1
Page 36 I
1
1 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
2 Pollution Prevention
I 3 The Contract Provisions may establish the project as lump sum, in accordance with
4 Section 8-01.4(1)and also include one or more of the items included above in Section
5 8-01.4(2).When that occurs, the corresponding measurement provision in Section 8-
6 01.4(2) is not deleted and the Work under that item will be measured as specified.
I7
8 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
9 Prevention
I 10 Compost blanket will be measured by the square yard by ground slope surface area
11 covered and accepted.
12
13 Mulching will be measured by the acre by ground slope surface area covered and
14 accepted.
15
I
16
17 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by
ground slope measurement.
18
19 Seeding and fertilizing by hand will be measured by the square yard by ground slope
20 measurement. No adjustment in area size will be made for the vegetation free zone
21 around each plant.
22
I23 Fencing will be measured by the linear foot along the ground line of the completed
24 fence.
25
II 26 8-01.5 Payment
27 This section's content is deleted and replaced with the following new subsections:
28
1 29 8-01.5(1) Lump Sum Bid for Project(No Unit Items)
30 Payment will be made for the following Bid item when it is included in the Proposal:
31
I 32
33 "Erosion Control and Water Pollution Prevention", lump sum.
34 The lump sum Contract price for"Erosion Control and Water Pollution Prevention"
I 35 shall be full pay to perform the Work as described in Section 8-01 except for costs
36 compensated by Bid Proposal items inserted through Contract Provisions as
37 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion
I 38 Control and Water Pollution Prevention"will be made as follows:
39
40 1. The Contracting Agency will pay 15 percent of the bid amount for the
41 initial set up for the item. Initial set up includes the following:
I42
43 a. Acceptance of the TESC Plan provided by the Contracting Agency or
44 submittal of a new TESC Plan,
I
45
46 b. Submittal of a schedule for the installation of the BMPs, and
47
I 48 c. Identifying water quality sampling locations.
49
50 2. 70 percent of the bid amount will be paid in accordance with Section 1-
' 51
52 09.9.
I
Page 37
I
I
1 3. Once the project is physically complete and copies of the all'reports
2 submitted to the Washington State Department of Ecology have been
3 submitted to the Engineer, and, if applicable, transference of the CSWGP I
4 back to the Contracting Agency is complete, the remaining 15 percent of
5 the bid amount shall be paid in accordance with Section 1-09.9.
6
I
7 8-01.5(2) Item Bids
8 "ESC Lead", per day.
9 1 10 "Turbidity Curtain", per linear foot.
11
12 "Biodegradable Erosion Control Blanket", per square yard.
13
14 "Plastic Covering", per square yard.
15
16 "Check Dam", per linear foot.
17
18 "Inlet Protection", per each.
19
20 "Gravel Filter Berm", per linear foot.
21
22 "Stabilized Construction Entrance", per square yard.
23 II
24 "Street Cleaning", per hour.
25
26 "Silt Fence", per linear foot.
27
28 "Wood Chip Berm", per linear foot.
29
' 30 "Compost Berm", per linear foot.
31
32 "Wattle", per linear foot.
I
33
34 "Compost Sock", per linear foot.
35
111
36 "Coir Log", per linear foot.
37
38 "Temporary Curb", per linear foot.
39
40 "Temporary Pipe Slope Drain", per linear foot.
41
III
42 "Temporary Seeding", per acre. .
43
44 "Outlet Protection", per each. I 45
46 "Tackifier", per acre.
. 47
48 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6.
49 •
50 Maintenance and removal of erosion and water pollution control devices including
51 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed I
52 by these activities, and any additional Work deemed necessary by the Engineer to
I
Page 38
i
I1 control erosion and water pollution will be paid by force account in accordance with
2 Section 1-09.6.
I 3
4 To provide a common Proposal for all Bidders, the Contracting Agency has entered an
5 amount in the Proposal to become a part of the Contractor's total Bid.
6
I
7 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
8 Pollution Prevention
9 The Contract may establish the project as lump sum, in accordance with Section 8-
' 10 01.4(1)and also reinstate the measurement of one or more of the items described in
11 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
12 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted
13 and the Work under that item will be paid as specified.
14
15 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution
I16
17 Prevention
Payment will be made for each of the following Bid items when they are included in the
18 Proposal:
ii 19
20 "Compost Blanket", per square yard.
21
22 "Mulching", per acre
23
24 "Mulching with PAM", per acre
25
II 26 "Mulching with Short-Term Mulch", per acre.
27
28 "Mulching with Moderate-Term Mulch", per acre.
I 29
30 "Mulching with Long-Term Mulch", per acre.
31
I
32
33 "Seeding, Fertilizing and Mulching", per acre.
34 "Seeding and Fertilizing", per acre.
35
36 "Seeding and Fertilizing by Hand", per square yard.
37
I 38 "Second Application of Fertilizer", per acre.
39
40 "Liming", per acre.
41
42 "Mowing", per acre.
43
44 "Seeding and Mulching", per acre.
I
45
46 "High Visibility Fence", per linear foot.
47
I
I
Page 39
1 8-02.AP8
2 Section 8-02, Roadside Restoration
3 January 2, 2018 ,
4 8-02.2 Materials
5 The reference to the material "Soil" is revised to read "Topsoil". '
6
7 8-02.5 Payment
8 The following new paragraph is inserted following the Bid item "Plant Selection ", per
9 each:
10
11 The unit Contract price for"Plant Selection ", per each shall be full pay for all Work 1
12 to perform the work as specified within the planting area prior to planting for weed
13 control, planting area preparation and installation of plants with initial watering.
14
15 The paragraph following.the Bid item "PSIPE ", per each is revised to read:
16
17 The unit Contract price for"PSIPE ", per each, shall be full pay for all Work to
18 perform the work as specified within the planting area for weed control and planting
19 area preparation, planting, cleanup, and water necessary to complete planting
20 operations as specified to the end of first year plant establishment.
21 1
22 8-04.AP8
23 Section 8-04, Curbs, Gutters, and Spillways
24 April 2, 2018 ,
25 8-04.2 Materials
26 In the first paragraph, the reference to"Portland Cement" is revised to read:
27
28 Cement 9-01
29
30 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
31 The first paragraph is supplemented with the following:
32 I 33 Roundabout truck apron cement concrete curb and gutter shall be constructed with air
34 entrained concrete Class 4000 conforming to the requirements of Section 6-02.
35
36 8-06.AP8
37 Section 8-06, Cement Concrete Driveway Entrances
38 April 2, 2018
39 8-06.2 Materials
40 In the first paragraph, the reference to"Portland Cement" is revised to read:
41 1
42 Cement 9-01
43
44 8-06.3 Construction Requirement ,
45 The first paragraph is revised to read:
46
47 Cement concrete driveway approaches shall be constructed with air entrained concrete
48 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or
Page 40
1 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of
2 Section 5-05.
4
4 8-07.AP8
5 Section 8-07, Curbs, Gutters, and Spillways
6 April 2, 2018
7 8-07.3(1) Installing Curbs
8 The first sentence of the first paragraph is revised to read:
9
10 The curb shall be firmly bedded for its entire length and breadth on a mortar bed
11 conforming to Section 9-20.4(3) composed of one part Portland cement or blended
1 12
13 hydraulic cement and two parts sand.
14 The fourth paragraph is revised to read:
j 15
16 All joints between adjacent pieces of curb except joints for expansion and/or drainage
17 as designated by the Engineer shall be filled with mortar composed of one part Portland
I 18 cement or blended hydraulic cement and two parts sand.
19
20 8-11.AP8
21 Section 8-11, Guardrail
22 April 2, 2018
23 8-11.3(1)C Terminal and Anchor Installation
24 The first sentence of the second to last paragraph is revised to read:
25
26 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail
I27 shall be supervised at all times by a manufacturer's representative, or an installer who
28 has been trained and certified by the manufacturer.
29
1 30 The last paragraph is revised to read:
31
32 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test
33 and evaluation criteria in the Manual for Assessing Safety Hardware(MASH).
34
35 8-11.4 Measurement
36 The third paragraph is revised to read:
37
38 Measurement of beam guardrail terminal will be per each for the
39 completed terminal.
40
41 The fourth paragraph is revised to read:
42
43 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot
44 for the completed terminal.
45
' 46 8-11.5 Payment
47 The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this
48 section.
49
Page 41
1 The Bid item "Beam Guardrail Buried Terminal Type 2 , per linear foot and the following
2 paragraph are revised to read:
3
4 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
5
6 The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal
7 Type 2" shall be full payment for all costs to obtain and provide materials and perform 11
8 the Work as described in Section 8-11.3(1)C.
9
10 8-14.AP8
11 Section 8-14, Cement Concrete Sidewalks
12 April 2, 2018
13 8-14.2 Materials
14 In the first paragraph, the reference to"Portland Cement" is revised to read:
15
16 Cement 9-01
17
18 In the second paragraph, each reference to"Federal Standard 595" is revised to read "SAE
19 AMS Standard 595".
20
21 8-16.AP8
22 Section 8-16, Concrete Slope Protection
23 April 2, 2018
24 8-16.2 Materials
25 In the first paragraph, the last two material references are revised to read:
26
27 Poured Portland Cement or Blended Hydraulic Cement
28 Concrete Slope Protection 9-13.5(2)
29 Pneumatically Placed Portland Cement or Blended
30 Hydraulic Cement Concrete Slope Protection 9-13.5(3)
31
32 8-20.AP8
33 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
34 Systems, and Electrical
35 April 2, 2018
36 8-20.1(1) Regulations and Code
37 The last paragraph is revised to read:
38
39 Persons performing electrical Work shall be certified in accordance with and supervised
40 as required by RCW 19.28.161. Proof of certification shall be worn at all times in
41 accordance with WAC 296-46B-942. Persons failing to meet these certification I
42 requirements may not perform any electrical work, and shall stop any active electrical
43 work, until their certification is provided and worn in accordance with this Section.
44
45 8-20.2(2) Equipment List and Drawings
46 This section is renumbered:
47
Page 42
1 1 8-20.2(1) Equipment List and Drawings
2
I 3 8-20.3(4) Foundations
4 The second sentence of the first paragraph is revised to read:
5
6 Concrete for Type II, Ill, IV, V, and CCTV signal standards and light standard
I 7 foundations shall be Class 4000P and does not require air entrainment.
8
9 8-20.3(5)A General
I 10 The last two sentences of the last paragraph is deleted.
11
12 This section is supplemented with the following:
I 13
14 All conduits shall include a pull tape with the equipment grounding conductor. The pull
15 tape shall be attached to the conduit near the end bell or grounded end bushing, or to
16
17 duct plugs or caps if present, at both ends of the conduit.
18 8-20.3(8) Wiring
I 19 The seventeenth paragraph is supplemented with the following:
20
21 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be
22 used.
23
24 8-21.AP8
I 25 Section 8-21, Permanent Signing
26 January 2, 2018
I 27 8-21.3(9)F Foundations
28 Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
29
30 Class 4000P concrete for roadside sign structures does not require air entrainment.
1 31
32 9-02.AP9
33 Section 9-02, Bituminous Materials
1 34 April 2, 2018
35 9-02.1 Asphalt Material, General
I 36 The second paragraph is revised to read:
37
38 The Asphalt Supplier of Performance Graded (PG)asphalt binder and emulsified
I 39 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2
40 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
41 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the
I 42 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to
43 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier
44 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
I 45 46 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
Contract.
47
I 48 9-02.1(4) Performance Graded Asphalt Binder(PGAB)
49 This section's title is revised to read:
I
Page 43 •
I
1
2 Performance Graded(PG)Asphalt Binder
3
4 The first paragraph is revised to read:
5
6 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades I
7 specified in the Contract shall be used in the production of HMA. For HMA with greater
8 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt
9 binder, recycling agent and recovered asphalt(RAP and/or RAS)when blended in the
10 proportions of the mix design shall meet the PG asphalt binder requirements of
11 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
12
13 The second paragraph, including the table, is revised to read:
14
15 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
16 shall meet the following requirements: ,
17
Additional Requirements by
Performance Grade(PG)Asphalt Binders
Test PG58S- I PG58H- PG58V- I PG64H- I PG64V 111
y
Method 22 22 22 28 28
RTFO
111
Residue:
Average AASHTO
PercentT 3501 30%Min. 20%Min. 25%Min. 30%Min. I
Recovery
3.2
kPa
1Specimen conditioned in accordance with AASHTO T 240-RTFO.
18
19 The third paragraph is revised to read:
20
21 The RTFO J„,d;ff and the PAV direct tension specifications of AASHTO M 332 are not
22 required.
23 i
24 This section is supplemented with the following:
25
26 If the asphalt binder verification sample test results fail to meet AASHTO Test Method T
27 350 "Standard Method of Test for Multiple Stress Creep Recovery(MSCR)Test of
28 Asphalt Binder Using a Dynamic Shear Rheometer(DSR)"for average percent recovery
29 @ 3.2 kPa for the applicable grades of binder in accordance with Section 9-02.1(4), the 111
30 Contracting Agency may elect to test the sample using AASHTO Test Method T 301
31 "Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a
32 Ductilometer."
33
34 When AASHTO T 301 is used, a minimum of 65% elastic recovery(ER)will be required
35 when tested at 25°C t 0.5°C. 11136
37 9-02.1(6) Cationic Emulsified Asphalt
38 This section is revised to read:
39
Page 44
I1 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
2 grades specified in the Contract shall be used.
3
I 4 9-02.5 Warm Mix Asphalt(WMA) Additive
5 This section, including title, is revised to read:
I 6
7 9-02.5 HMA Additive
8 Additives for HMA shall be accepted by the Engineer.
9
1 10 9-03.AP9 •
11 Section 9-03, Aggregates
12 April 2, 2018
I 13 9-03.1 Aggregates for Portland Cement Concrete
14 This section's title is revised to read:
I 15
16 Aggregates for Concrete
17
I 18 9-03.1(1) General Requirements
19 The first two sentences of the first paragraph are revised to read:
20
I 21 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel
22 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if
23 it complies with the specifications for concrete.
I 24
25 The second paragraph (up until the colon) is revised to read:
26
27 Aggregates for concrete shall meet the following test requirements:
I28
29 The second sentence of the second to last paragraph is revised to read: ,
30
1 31 The Contractor shall submit test results according to ASTM C1567 through the Engineer
32 to the State Materials Laboratory that demonstrate that the proposed fly ash when used
33 with the proposed aggregates and cement will control the potential expansion to 0.20
I 34 percent or less before the fly ash and aggregate sources may be used in concrete.
35
36 9-03.1(2) Fine Aggregate for Portland Cement Concrete
I 37 This section's title is revised to read:
38
39 Fine Aggregate for Concrete
I 40 '
41 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
42 This section's title is revised to read:
I 43
44 Coarse Aggregate for Concrete
45
I 46 9-03.1(4)C Grading
47 The first paragraph (up until the colon) is revised to read:
48
1
I
Page 45
1 Coarse aggregate for concrete when separated bymeans of laboratorysieves shall
2 conform to one or more of the following gradings as called for elsewhere in these
3 Specifications, Special Provisions, or in the Plans:
4
5 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
6 This section's title is revised to read:
7
8 Combined Aggregate Gradation for Concrete
9
10 9-03.1(5)B Grading
11 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
12 "FOP for WAQTC/AASHTO T 271T 11".
13
14 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar
15 This section's title is revised to read:
16
17 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar
18
19 The first sentence of the first paragraph is revised to read:
20
21 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
22 sand or other inert materials, or combinations thereof,accepted by the Engineer, having I
23 hard, strong, durable particles free from adherent coating.
24
25 9-03.4(1) General Requirements
26 The first paragraph(up until the colon)is revised to read:
27
28 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, ,
29 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface
30 Treatment shall meet the following test requirements:
31
32 9-03.8(1) General Requirements
33 The first paragraph(up until the colon)is revised to read:
34
35 Aggregates for Hot Mix Asphalt shall meet the following test requirements:
36
37 9-03.8(7) HMA Tolerances and Adjustments
38 In the table in item number 1, the fifth row is revised to read:
39
Asphalt binder -0.4% to 0.5% ±0.7%
40
41 In the table in item number 1, the following new row is inserted before the last row:
42
Voids in Mineral -1.5% 1
Aggregate, VMA _
43
44 9-03.9(1) Ballast
45 The second paragraph (up until the colon) is revised to read:
46
47 Aggregates for ballast shall meet the following test requirements:
48
1
Page 46
i
1
1 9-03.14(4) Gravel Borrow for Structural Earth Wall
2 The second sentence of the first paragraph is revised to read:
I 3
4 The material shall be substantially free of shale or other soft, poor durability particles,
5 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble,
I 6 or asphaltic concrete rubble.
7
8 9-03.21(1)E Table on Maximum Allowable percent(By Weight) of Recycled
9 Material
10 "Portland Cement" is deleted from the first two rows in the table.
11
12 9-04.AP9
1 13 Section 9-04, Joint and Crack Sealing Materials
14 April 2, 2018
1 15 9-04.1(2) Premolded Joint Filler for Expansion Joints
16 In this section, each reference to"AASHTO T 42" is revised to read "ASTM D 545".
17
1 18 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
19 This section is supplemented with the following:
20
I 21 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
22 where cement concrete pavement abuts a bituminous pavement.
23
I 24 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
25 This section is supplemented with the following:
26
I 27 Hot poured sealant for bituminous pavement is acceptable for installations in joints
28 where cement concrete pavement abuts a bituminous pavement.
29
I 30 9-04.2(1)B Sand Slurry for Bituminous Pavement
31 Item number 2 of the first paragraph is revised to read:
32
33 2. Two percent portland cement or blended hydraulic cement, and
34
35 9-04.3 Joint Mortar
36 The first paragraph is revised to read:
I37
38 Mortar for hand mortared joints shall conform to Section 9-20.4(3)and consist of one
39 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient
I 40 water to allow proper workability.
41
42 9-05.AP9
I 43 Section 9-05, Drainage Structures and Culverts
44 April 2, 2018
I 45 9-05.3(1)C Age at Shipment
46 The last sentence of the first paragraph is revised to read:
47
I 48 Unless it is tested and accepted at an earlier age, it shall not be considered ready for
49 shipment sooner than 28 days after manufacture when made with Type II portland
Page 47
I
1 cement or blended hydraulic cement, nor sooner than 7 days when made with Type Ill
2 portland cement.
3
4 9-06.AP9
5 Section 9-06, Structural Steel and Related Materials
6 January 2, 2018 I
7 9-06.5 Bolts
8 This section's title is revised to read:
9
10 Bolts and Rods
11
12 9-06.5(4) Anchor Bolts
13 This section, including title, is revised to read:
14
15 9,415..6(4) Arahor_BQI�.and.Anchor Rods. 111
16 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
17 otherwise specified, shall be Grade 105 and shall conform to Supplemental
18 Requirements S2, S3, and S4.
19
20 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
21 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts I
22 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292,
23 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing
24 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or
25 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH.
26 Washers shall conform to ASTM F436.
27
28 The bolts and rods shall be tested by the manufacturer in accordance with the
29 requirements of the pertinent Specification and as specified in these Specifications.
30 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the
31 project site. The Contractor shall submit to the Engineer for acceptance a
32 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and
33 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the
34 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for
35 testing.
36
37 All bolts, rods, nuts, and washers shall be marked and identified as required in the
38 pertinent Specification.
39
40 9-06.18 Metal Bridge Railing
41 The second sentence of the first paragraph is revised to read:
42
43 Steel used for metal railings, when galvanized after fabrication in accordance with
44 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or
45 0.15 to 0.25 percent.
46 1
1
Page 48 i
1 9-07.AP9
2 Section 9-07, Reinforcing Steel
3 April 2, 2018
4 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and
5 Cement Concrete Pavement Rehabilitation)
i 6 The first paragraph(up until the colon)is revised to read:
7
8 Corrosion resistant dowel bars shall be 11/2 inch outside diameter plain round steel bars
' 9 or tubular bars 18 inches in length and meet the requirements of one of the following:
10
11 Item number 4 and 5 of the first paragraph are revised to read:
12
13 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete
14 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade
15
16 100 or Alloy Type CS Grade 120.
17 5. Zinc Clad dowel bars shall be 1'/2 inch solid bars or tubular bars with 1.695 inch
18 outside diameter by 0.120 inch wall and shall have a minimum 0.035 inch A710
19 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical
20 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A710 Zinc
21 shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 0.1-0.25
22 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each end of
23 tubular bars shall be plugged using a snug-fitting insert to prohibit any intrusion of
24
25 concrete or other materials.
I
26 9-08.AP9
27 Section 9-08, Paints and Related Materials
28 January 2, 2018
29 9-08.1(2)K Orange Equipment Enamel
30 In the second sentence of the first paragraph, the reference to"Federal Standard 595" is
31 revised to read "SAE AMS Standard 595".
32
33' 9-08.1(8) Standard Colors
34 In the first paragraph, the reference to"Federal Standard 595" is revised to read "SAE AMS
35 Standard 595".
I 36
37 9-13.AP9
38 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion
39 and Scour Protection and Rock Walls
40 April 2, 2018
' 41 9-13.1(1) General
42 The last paragraph is revised to read:
43
44 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other
45 defects tending to destroy its resistance to weather and shall meet the following test
. 46 requirements:
47
Page 49
t
1 9-13.5 Concrete Slope Protection
2 This section is revised to read:
3
4 Concrete slope protection shall consist of reinforced portland cement or blended
5 hydraulic cement concrete poured or pneumatically placed upon the slope with a
6 rustication joint pattern or semi-open concrete masonry units placed upon the slope
7 closely adjoining each other.
8
9 9-13.5(2) Poured Portland Cement Concrete Slope Protection
10 This section's title is revised to read:
11
12 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection
13
14 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
15 This section's title is revised to read:
16 111
17 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete
18 Slope Protection
19
20 The first paragraph is revised to read:
21
22 Cement—This material shall be portland cement or blended hydraulic cement as111
23 specified in Section 9-01.
24
25 9-13.7(1) Rock for Rock Walls and Chinking Material
26 The first paragraph(up until the colon)is revised to read:
27
28 Rock for rock walls and chinking material shall be hard, sound and durable material, 1
29 free from seams, cracks, and other defects tending to destroy its resistance to weather,
30 and shall meet the following test requirements:
31
32 9-14.AP9
33 Section 9-14, Erosion Control and Roadside Planting
34 January 2, 2018
35 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
36 In the second column of Table 1, "ASTM D 586" is revised to read "AASHTO T 267".
37
38 In Table 1, the second to last row is deleted.
39
40 9-16.AP9 1
41 Section 9-16, Fence and Guardrail
42 April 2, 2018
43 9-16.3(5) Anchors
44 The last paragraph is revised to read:
45
46 Cement grout shall conform to Section 9-20.3(4)and consist of one part portland
47 cement or blended hydraulic cement and two parts sand.
48 1
1
Page 50
t1 9-18.AP9
2 Section 9-18, Precast Traffic Curb
1 3 April 2, 2018
4 9-18.1(1) Aggregates and Proportioning
5 Item number 1 of the first paragraph is revised to read:
6
7 1. Portland cement or blended hydraulic cement shall conform to the requirements of
8 Section 9-01 except that it may be Type I portland cement conforming to AASHTO
1 9
10 M 85.
11 9-20.AP9
1 12 Section 9-20, Concrete Patching Material, Grout, and Mortar
13 January 2, 2018
14 9-20.5 Bridge Deck Repair Material
15 Item number 3 of the first paragraph is revised to read:
16
17 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
18 AASHTO T 277.
19
20 9-21.AP9
21 Section 9-21, Raised Pavement Markers (RPM)
22 January 2, 2018
23 9-21.2 Raised Pavement Markers Type 2
24 This section's content is deleted.
25
26 9-21.2(1) Physical Properties
27 This section, including title, is revised to read:
28
29 9-21.2(1) Standard Raised Pavement Markers Type 2
30 The marker housing shall contain reflective faces as shown in the Plans to reflect
31 incident light from either a single or opposite directions and meet the requirements of
32 ASTM D 4280 including Flexural strength requirements.
33
34 9-21.2(2) Optical Requirements
35 This section, including title, is revised to read:
36
37 9-21.2(2) Abrasion Resistant Raised Markers Type 2
I 38 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1)and
39 meet the requirements of ASTM D 4280 with the following additional requirement: The
40 coefficient of luminous intensity of the markers shall be measured after subjecting the
' 41 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop
42 apparatus. After the exposure described above, retroreflected values shall not be less
43 than 0.5 times a nominal unblemished sample.
44
45 9-21.2(3) Strength Requirements
46 This section is deleted in its entirety.
47
i
Page 51
t
1 9-26.AP9
I
2 Section 9-26, Epoxy Resins
3 April 2, 2018 I
4 9-26.1(2) Packaging and Marking
5 The second paragraph is revised to read:
6
7 Containers shall be identified as"Component A" (contains the Epoxy Resin)and
8 "Component B" (Contains the Curing Agent)and shall show the type, grade, class, and
9 mixing directions as defined by these Specifications. Each container shall be marked by 111
10 permanent marking with the name of the formulator, the lot or batch number, the date of
11 packaging, expiration date and the quantity contained in pounds or gallons. If the two
12 containers are furnished in a single cartridge, that cartridge shall be marked by
13 permanent marking to the cartridge with the name of the formulator and the lots or batch
14 numbers for both Component A and Component B, the date of packaging, expiration
15 date, and the quantity contained in ounces or milliliters.
16
17 9-28.AP9
18 Section 9-28, Signing Materials and Fabrication I
19 April 2, 201$
20 9-28.10 Vacant ,
21 This section, including title, is revised to read:
22
23 9-28.10 Digital Printing I 24 Transparent and opaque durable inks used in digital printed sign messages shall be as
25 recommended by the manufacturer.When properly applied, digital printed colors shall
26 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall I
27 present a smooth surface, free from foreign material, and all messages and borders
28 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective
29 minimum values established for its type and color. Digitally printed signs shall meet the
30 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No
31 variations in color or overlapping of colors will be permitted. Digital printed permanent
32 traffic signs shall have an integrated engineered match component clear protective
33 overlay recommended by the sheeting manufacturer applied to the entire face of the
34 sign. On Temporary construction/maintenance signs printed with black ink only, the
35 protective overlay film is optional, as long as the finished sign has a warranty of a
36 minimum of three years from sign sheeting manufacturer.
37
38 All digital printed traffic control signs shall be an integrated engineered match
39 component system. The integrated engineered match component system shall consist
40 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same
41 manufacturer applied to aluminum substrate conforming to Section 9-28.8.
42
43 The sign fabricator shall use pn approved integrated engineered match component
44 system as listed on the Qualified Products List(QPL). Each approved digital printer
45 shall only use the compatible retroreflective sign sheeting manufacturer's engineered
46 match component system products.
47
48 Each retroreflective sign sheeting manufacturer/integrated engineered match
49 component system listed on the QPL shall certify a department approved sign fabricator
50 is approved to operate their compatible digital printer. The sign fabricator shall re-certify
1
Page 52
1 annually with the retroreflective sign manufacturer to ensure their digital printer is still
2 meeting manufacturer's specifications for traffic control signs. Documentation of each
3 re-certification shall be submitted to the QPL Engineer annually.
4
5 9-28.11 Hardware
6 The last paragraph is revised to read:
7
8 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
9 related connecting hardware shall be galvanized in accordance with ASTM F 2329.
' 10
11 9-28.14(2) Steel Structures and Posts
12 The first sentence of the third paragraph is revised to read:
13
14 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
15 Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F.
I 16
17 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
18 F 2329".
19
20 The first sentence of the fifth paragraph is revised to read:
21
22 Except as otherwise noted, steel used for sign structures and posts shall have a
23 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
24
25 The last sentence of the last paragraph is revised to read:
26
27 If such modifications are contemplated, the Contractor shall submit a Type 2 Working
28 Drawing of the proposed modifications.
I 29
30 9-29.AP9
31 Section 9-29, Illumination, Signal, Electrical
I32 April 2, 2018
33 9-29.1 Conduit, Innerduct, and Outerduct
34 This section is supplemented with the following new subsection:
35
36 9-29.1(10) Pull Tape
37 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a
38 minimum width of%-inch and a minimum tensile strength of 500 pounds. Pull tape may
39 have measurement marks.
I 40
41 9-29.2(1) Junction Boxes
42 The first paragraph is revised to read:
' 43
44 For the purposes of this Specification concrete is defined as portland cement or blended
45 hydraulic cement concrete and non-concrete is all others.
46
47 9-29.2(1)A2 Non-Concrete Junction Boxes
48 The first paragraph is revised to read:
49
Page 53
t
1 Material for the non-concrete junction boxes shall be of a qualitythat will provide for a
J
2 similar life expectancy as portland cement or blended hydraulic cement concrete in a
3 direct burial application.
4
5 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
6 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
7
Slip Resistant Lid ASTM A36 steel
Frame ASTM A36 steel
Slip Resistant Frame ASTM A36 steel
8
9 9-29.6 Light and Signal Standards
10 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F
11 2329".
12
13 Item number 2 of the last paragraph is revised to read: !.
14
15 2. The steel light and signal standard fabricator's shop drawing submittal, including
16 supporting design calculations, submitted as a Type 2E Working Drawing in
17 accordance with Section 8-20.2(1)and the Special Provisions, •
18
19 9-29.6(1) Steel Light and Signal Standards I
20 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
21
22 The first sentence of the last paragraph is revised to read:
23
24 Steel used for light and signal standards shall have a controlled silicon content of either
25 0.00 to 0.06 percent or 0.15 to 0.25 percent.
26
27 9-29.6(5) Foundation Hardware
28 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
29
30 9-29.10(1) Conventional Roadway Luminaires
31 This section is revised to read:
32
33 All conventional roadway luminaires shall meet 3G vibration requirements as described
34 in ANSI C136.31.
35
36 All luminaires shall have housings fabricated from aluminum. The housing shall be
37 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise
38 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test I
39 as specified in ASTM B117.
40
41 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" I
42 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping
43 bracket(s)and the cap screws shall not bottom out on the housing bosses when
44 adjusted within the+/-5 degree range. No part of the slipfitter mounting brackets on the j
45 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws
46 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall
47 include leveling reference points for both transverse and longitudinal adjustment.
48
1
Page 54
1
I1 All luminaires shall include shorting caps when shipped. The caps shall be removed and
2 provided to the Contracting Agency when an alternate control device is required to be
3 installed in the photocell socket. House side shields shall be included when required by
I4 the Contract. Order codes shall be modified to the minimum extent necessary to include
5 the option for house side shields.
6
1 7 This section is supplemented with the following new subsections:
8
9 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires
I 10 HPS conventional roadway luminaires shall meet the following requirements:
11
12 1. General shape shall be"cobrahead" style, with flat glass lens and full cutoff
I 13 optics.
14
15 2. Light pattern distribution shall be IES Type Ill.
I 16
17 3. The reflector of all luminaires shall be of a snap-in design or secured with
18 screws. The reflector shall be polished aluminum or prismatic borosilicate
I 19
20 glass.
21 4. Flat lenses shall be formed from heat resistant, high-impact, molded
22 borosilicate or tempered glass.
I 23
24 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to
25 the luminaire and secured in the closed position to the luminaire by means of
I 26 an automatic latch. The lens and doorframe assembly, when closed, shall
27 exert pressure against a gasket seat. The lens shall not allow any light output
28 above 90 degrees nadir. Gaskets shall be composed of material capable of
I
29 . withstanding the temperatures involved and shall be securely held in place.
30
31 6. The ballast shall be mounted on a separate exterior door, which shall be
32 hinged to the luminaire and secured in the closed position to the luminaire
33 housing by means of an automatic type of latch (a combination hex/slot
34 stainless steel screw fastener may supplement the automatic-type latch).
I 35
36 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
37 lamp complete and associated ballast. Lamps shall mount horizontally.
38
I39 9-29.10(1)B Light Emitting Diode(LED) Conventional Roadway Luminaires
40 LED Conventional Roadway Luminaires are divided into classes based on their
41 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W,
I
42 310W, and 400W. LED luminaires are required to be pre-approved in order to verify
43 their photometric output. To be considered for pre-approval, LED luminaires must meet
44 the requirements of this section.
I
45
46 LED luminaires shall include a removable access door, with tool-less entry, for access
47 to electronic components and the terminal block. The access door shall be removable,
I 48 but include positive retention such that it can hang freely without disconnecting from the
49 luminaire housing. LED drivers may be mounted either to the interior of the luminaire
50 housing or to the removable door itself.
1 51
I
Page 55
I
1 LED drivers shall be removable for user replacement. All internal modular components ,
2 shall be connected by means of mechanical plug and socket type quick disconnects.
3 Wire nuts may not be used for any purpose. All external electrical connections to the I
4 luminaire shall be made through the terminal block.
5
6 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s)
7 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color
8 Temperature(CCT)of 4000K nominal (4000-4300K)and a Color Rendering Index(CRI)
9 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
10 Celsius.
11
12 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages
13 refer to the supply voltages to the luminaires present in the field. LED power usage shall
14 not exceed the following maximum values for the applicable wattage class:
15
Class Max.Wattage
2U0W 1-IOW
250W 165W
310W 210W
, 400W . 275W
16
17 Only one brand of LED conventional roadway luminaire may be used on a Contract. I
18 They do not necessarily have to be the same brand as any high-mast, underdeck, or
19 wall-mount luminaires when those types of luminaires are specified in the Contract.
20 LED luminaires shall include a standard 10 year manufacturer warranty.
21
22 The list of pre-approved LED Conventional Roadway Luminaires is available at
23 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.
24
25 9-29.10(2) Decorative Luminaires
26 This section, including title, is revised to read:
27
28 9-29.10(2) Vacant
29
30 9-29.12 Electrical Splice Materials
31 This section is supplemented with the following new subsections:
32
33 9-29.12(3) Splice Enclosures
34 9-29.12(3)A Heat Shrink Splice Enclosure
35 Heat shrink splice enclosures shall be medium or heavy wall cross-linked
36 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic
37 adhesive sealant. Heat shrink splices used for"wye" connections require rubber
38 electrical mastic tape.
39
40 9-29.12(3)B Molded Splice Enclosure
41 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold.The
42 material used shall be compatible with the insulation material of the insulated
43 conductor or cable. The component materials of the resin insulation shall be
44 packaged ready for convenient mixing without removing from the package.
45
i
Page 56
1 9-29.12(4) Re-Enterable Splice Enclosure
2 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin
3 contained in a two-piece plastic mold. The mold shall either snap together or use
4 stainless steel hose clamps.
5
6 9-29.12(5) Vinyl Electrical Tape for Splices
7 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-
8
24391C.
9
1 10 9-29.12(1) Illumination Circuit Splices
11 This section is revised to read:
12
13 Underground illumination circuit splices shall be solderless crimped connections
14 capable of securely joining the wires, both mechanically and electrically, as defined in
15 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or
' 16 split bolt vice-type connectors.
17
18 9-29.12(1)A Heat Shrink Splice Enclosure
19 This section is deleted in its entirety. •
20
21 9-29.12(1)B Molded Splice Enclosure
22 This section is deleted in its entirety.
23
24 9-29.12(2) Traffic Signal Splice Material
1 2625 This section is revised to read:
27 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type
28 crimped connector capable of being soldered.
29
30 9-29.16(2)E Painting Signal Heads
31 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
32
33 9-29.17 Signal Head Mounting Brackets and Fittings
34 In the first paragraph, item number 2 under Stainless Steel is revised to read:
35
36 2. Bands or cables for Type N mount.
37
' 38 9-29.20 Pedestrian Signals
39 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
40 Standard 595".
' 41
42 9-34.AP9
43 Section 9-34, Pavement Marking Material
1 44 January 2, 2018
45 9-34.2(2) Color
1 46 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595".
47
48 9-34.2(5) Low VOC Waterborne Paint
49 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
50
i
Page 57
1
"Type4"
1 The heading "High-Build Waterborne Paint" is supplemented with
2
3 The heading"Cold Weather Waterborne Paint" is supplemented with "Type 5".
4
5 In the row beginning with "° @90°F", each minimum value is revised to read "60".
6
7 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
8 revised to read "3".
9
10 The last four rows are replaced with the following:
11
Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion IR
2621 acrylic4
Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no if 3 cycles show no
Stability,KU 2243 and D coagulation or change coagulation or change coagulation or change
562 in viscosity greater in viscosity greater in viscosity greater
tion--.-10-KU_ than-t1-0-KU than_±,1_0-KU-
Heat Stability ASTM D 5622 ±10 KU from the initial ±10 KU from the initial ±10 KU from the initial
viscosity viscosity Viscosity
Low Temperature ASTM D No Cracks* No Cracks
Film Formation 28053
Cold Flee ibility5 ASTM D522 Pass at 0.5 in mandrel*
Test Deck Durability6 ASTM D913 X70%paint retention in
wheel track*
Mud Cracking (See note 7) No Cracks No Cracks
12 I 13 After the preceding Amendments are applied, the following new column is inserted after the
14 "Standard Waterborne Paint Type 1 and 2" column:
15
Semi-Durable Waterborne Paint Type 3
White Yellow
Min. Max. Min. Max.
Within±0.3 of qualification sample I
80 95 80 95
60 60 111
77 77
65 65
43 43
1.25 1.25
3 3
0.98 0.96
88 50
100° 100°
9.5 9.5
10 10
100%acrylic emulsion
5 cycles show no coagulation or
change in viscosity greater than±10 KU
±10 KU from the initial viscosity
No Cracks
Pass at 0.25 in mandrel
X70%paint retention in wheel track
No Cracks
I
Page 58
I1
2 The footnotes are supplemented with the following:
3
I4 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
5 Section 3.1.1.
6
I 7 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F)for 24
9 hours. A cylindrical mandrel apparatus(in accordance with ASTM D522 method B)shall
I 10 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the
11 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
12 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and
13 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must
14 show no evidence of cracking, chipping or flaking when bent 180 degrees over a
15 mandrel bar of specified diameter.
I 16
17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
18 minimum of six months with the following additional requirements: it shall be applied at
I19
20 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000
ADT and which was applied during the months of September through November.
21
22 7Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with
I 23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions(50±10% RH
24 and 72±5 °F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
25
I 26 9-34.3 Plastic
27 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
28 AMS Standard 595".
I 29
30 9-34.3(2) Type B— Pre-Formed Fused Thermoplastic
31 In the last two paragraphs, each reference to"Federal Standard 595" is revised to read "SAE
I 32 AMS Standard 595".
33
34 9-34.7(1) Requirements
I 35 The first paragraph is revised to read:
36
37 Field performance evaluation is required for low VOC solvent-based paint per Section 9-
I
38
39 34.2(4), Type A—liquid hot applied thermoplastic per Section 9-34.3(1), Type B—
preformed fused thermoplastic per Section 9-34.3(2), Type C—cold applied preformed
40 tape per Section 9-34.3(3), and Type D—liquid applied methyl methacrylate per Section
I41 9-34.3(4).
42
43 The last paragraph is deleted.
44
I45 9-34.7(1)C Auto No-Track Time
46 The first paragraph is revised to read:
47
1 48 Auto No-Track Time will only be required for low VOC solvent-based paint in
49 accordance with Section 9-34.2(4).
50
I51 The second and third sentences of the second paragraph are deleted.
I
Page 59
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, 2018 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:
' • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
' • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
• City of Federal Way Public Works Development Standards
' • 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.
1
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-1 2018
DIVISION 1 ,
GENERAL REQUIREMENTS
DESCRIPTION OF WORK 1
(March 13, 1995)
This Contract provides for the improvement of 16th Ave S (S 348th St to Pacific Hwy S) and
SW Campus Drive (19th Ave SW to 1st Ave S), which includes roadway excavation, planing
bituminous pavement, removal of existing concrete curbs & gutters, sidewalks, approaches,
curb ramps, pedestrian refuge islands, traffic type C curb and pedestrian pushbuttons. This
work also includes overlaying 16th Ave S from S 348th St to Pacific Hwy S and SW Campus
Drive from 19th Ave SW to 1st Ave S with HMA Cl. 1/2" PG 64-22, new concrete curbs &
gutters, sidewalks, approaches, concrete curb ramps, pedestrian refuge islands, precast
concrete dual faced sloped mountable curb, channelization, restoration, utility adjustments
and other work in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications. '
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions 1
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace 1
them with the following:
Dates ,
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date. '
City of Federal Way RFB# 18-005 '
2018 NHS Preservation Project Page SP-2 2018
' 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
IThe date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Pp
Provisions, to the terms"Department of Transportation", "Washington State Transportation
" "Commission", " "Secretary", "Headquarters",
, Commission , "Secretary of Transportation", Secretary , Headquarters",
and "State Treasurer"shall be revised to read"Contracting Agency".
' All references to the terms"State"or"state"shall be revised to read "Contracting Agency"
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to"State Materials Laboratory"shall be revised to read"ContractingAgency
en 9 cY
designated location".
' All references to"final contract voucher certification"shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion and
' acceptance granted.
Additive
' A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
' Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
' Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1-08.5.
' Contract Bond
The definition in the Standard Specifications for"Contract Bond"applies to whatever bond
' form(s) are required by the Contract Documents, which may be a combination of a Payment
Bond and a Performance.Bond.
Contract Documents
See definition for"Contract".
' City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-3 2018
1
1
Contract Time
The period of time established by the terms and conditions of the Contract within which the
Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed '
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
. Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
1-02 BID PROCEDURES AND CONDITIONS '
1-02.1 Prequalification of Bidders I
Delete this section and replace it with the following:
1-02.1 Qualifications of Bidder '
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum '
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be
awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
P
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 RFB#18-005 '
2018 NHS Preservation Project Page SP-4 2018
tContract Provisions 5 Furnished automatically upon u award.
ILarge 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.
I
1-02.5 Proposal Forms
•
(July 31, 2017APWA GSP)
Delete this section and replace it with the following:
IThe 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
I 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
I 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.
I 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.
ISection 1-02.5 is supplemented with the following: •
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by
Ithe signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the
bid in any manner.
IA 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).
IA 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.
I A bid by a joint venture shall be executed in the venture name and signed
J joint9 by a
member of the joint venture. A copy of the joint venture agreement shall be submitted with
Ithe Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement.
ICity of Federal WayRFB# 18-005
2018 NHS Preservation Project Page SP-5 2018
I
1-02.6 Preparation of Proposal
(June 20, 20i7 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 NHS Preservation 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.
1-02.7 Bid Deposit I
(March 8, 2013 APWA GSP)
Supplement this section with the following: •
1
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
9 p9
ri submit the bid should agree with the signature on the bond,
the person authorized to
9 9
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.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-6 2018
1
1
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, 2017APWA 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.
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.
' 1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015APWA GSP)
Delete this section, and replace it with the following:
' City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-7 2018
1
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals, and
2. The Contracting Agency receives the request before the time set for receipt of Bid
Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the Contracting
Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals '
(June 20, 2017APWA GSP)
Delete this section and replace it with the following: '
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
c. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. 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;
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Project Page SP-8 2018
1
' 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
I. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
' a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting
Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project(in such an instance, both Bids may be
• rejected); or
e. If Proposal form entries are not made in ink.
1 1-02.14 Disqualification of Bidders
(July 31, 2017APWA GSP, Option C, requires pre approval on FHWA funded projects, through
WSDOT/Local Programs)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatorybidder
P
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
' Criteria 1-8 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
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.
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-9 2018
I
1
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 i
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 i
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.
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;
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Project Page SP-10 2018
1
I
I • 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
Iultimate resolution of the claim.
5. Public Bidding Crime
IA. 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
Isubmittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
I 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.
1 6. Termination for Cause / Termination for Default
I 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
Isuch circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
I 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;
Ior if Bidder was terminated, describe the circumstances.
7. Lawsuits
1 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
I 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
I has not had any lawsuits with judgments entered against the Bidder in the five
years prior to the bid submittal date that demonstrate a pattern of failing to meet
the terms of contracts, or shall submit a list of all lawsuits with judgments
entered against the Bidder in the five years prior to the bid submittal date, along
with a written explanation of the circumstances surrounding each such lawsuit.
The Contracting Agency shall evaluate these explanations to determine whether
the lawsuits demonstrate a pattern of failing to meet of terms of construction
related contracts.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-11 2018
I .
1
1
As evidence that the Bidder meets Supplemental Responsibility Criteria 3-7 stated above,
the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of
the second business day following the bid submittal deadline, a written statement
verifying that the Bidder meets Supplemental Criteria 3-7 together with supporting
documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating
compliance with Supplemental Responsibility 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 11
'
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. I
The basis for evaluation of Bidder compliance with these mandatory and Supplemental
Criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with ,
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria.
Such requests shall be in writing, describe the nature of the concerns, and propose
specific modifications to the criteria. Bidders shall submit such requests to the Contracting
Agency no later than five (5) business days prior to the bid submittal deadline and address
the request to the Project Engineer or such other person designated by the Contracting I
Agency in the Bid Documents.
I
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-12 2018
t
1 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
ritems 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
d
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
1 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
Ithe Awarded Contract Price amount and the amount of the contract bond.
Supplement with the following:
111 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 RFB#18-005
2018 NHS Preservation Project Page SP-13 2018
•
1-03.3 Execution of Contract
(October 1, 2005APWA GSP)
Revise this section to read: I
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. I
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. 1
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 I
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, 2015APWA GSP)
Delete the first paragraph and replace it with the following: I
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 I
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
City of Federal Way RFB#18-005 t
2018 NHS Preservation Project Page SP-14 2018
1
ia. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
material person, or any other person who provides supplies or provisions for carrying
out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by
the president or vice president, unless accompanied by written proof of the authority of
the individual signing the bond(s) to bind the corporation (i.e., corporate resolution,
power of attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(July 23, 2015APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
' Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted
under Washington Law. Such review, if any, shall be timely filed in the Superior Court of
the county where the Contracting Agency headquarters is located, provided that where an
action is asserted against a county. RCW 36.01.05 shall control venue and jurisdiction.
1-04 SCOPE OF WORK
1 1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
1 (March 13, 2012 APWA GSP)
Section 1-04.2 is supplemented with the following:
The Contract Documents are ordered as follows:
l 1. The Contract Agreement
2. Change Order
3. Addenda
4. Bid Schedule
5. Special Provisions, including APWA General Special Provisions, if they are
included
1 6. Contract Plans and Standard Details
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-15 2018
1
7. Standard Specifications (including Standard Plans and Amendments made
thereto), and Documents incorporated by reference
8. Information for Bidders I
(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.
1-05 CONTROL OF WORK
1-05.4 ConformityWith and Deviations from Plans and Stakes
Supplement this section with the following: 1
Roadway and Utility Surveys
(July 23, 2015APWA GSP, Option 1)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall i
generally consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and
4. Offset points to establish line and grade for underground utilities such as water, sewers,
and storm drains.
On alley construction projects with minor grade changes, the Engineer shall provide only
offset hubs on one side of the alley to establish the alignment and grade.
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.
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-16 2018
•
1
tIf 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
1 correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
' 1-05.11 Final Inspection
Delete this section and replace it with the following:
' 1-05.11 Final Inspections and Operational Testing
(October 1, 2005APWA GSP)
1 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.
1
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-17 2018
1
1
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 1
Completion Date and the Contractor considers the work physically complete and ready for
final inspection. 1
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, I
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. 1
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies,the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. 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 1
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
City of Federal Way RFB# 18-005 I
2018 NHS Preservation Project Page SP-18 2018
1
I
Iclass operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
I
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP)
Section 1-05.14 is supplemented with the following:
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
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-19 2018
111
The Contractor shall adjust catch basins and storm manholes to grade. The Contractor shall be I
responsible for coordinating his work with the Owner to accommodate this work.
1-05.14(A) Notifications Relative to Contractor's Activities I
(City of Federal Way) I
Section 1-05.14(A) is supplemented with the following:
Notification shall be written, with a copy delivered to the Engineer within a minimum of one
week prior to the commencement of work.
City of Federal Way South King Fire &Rescue
Police Department 31617 1st Ave S
33325 8th Avenue South - Federal Way, WA 98003
Federal Way, WA 98003-6325 Telephone: 253-946-7253 I
Telephone: 253-835-6701
King County Metro Federal Way School District
1270 6th Avenue South, Bldg. 2 Transportation Department
MS:QS 1211 South 332nd Street
Seattle, WA 98134 Federal Way, WA 98003
Construction.coord@kingcounty.gov Attn: Michelle Turner
Telephone: 253-945-5965
mturner@ifwps.orq I
Puget Sound Energy (Gas) CenturyLink Communications
6905 South 228th St 23315 66th Ave S
Kent, WA 98032 Kent, WA 98032
Attn: Glenn Helton Attn: Jason Tesdal
Telephone: 253-395-6926 Telephone: 206-345-3488
1
Puget Sound Energy (Power) Comcast Cable Communications
14103 8th Street East 410 Valley Ave NW, Suite 12-C
Sumner, WA 98390 Puyallup, WA 98371
Attn: Dennis Booth Attn: Bill Walker
Telephone: 253-606-4787 Telephone: 206-255-6975
I
Lakehaven Utility District AT&T Cable Maintenance
PO Box 4249 11241 Willow Road NE, Suite 130
Federal Way, WA 98003 Redmond, WA 98052
Attn: Wes Hill Attn: Dan McGeough
Telephone: 253-946-5440 Telephone: 425-896-9830
1
King County Traffic Operations Pierce Transit
155 Monroe Avenue NE 3701 96th Street SW
Renton, WA 98056 Lakewood, WA 98499 I
Attn: Mark Parrett Attn: Dixie Sciacqua
City of Federal Way RFB# 18-005 111
2018 NHS Preservation Project Page SP-20 2018
I
1
Telephone: 206-296-8153 Telephone: 253-581-8001
1 1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
' All correspondence from the Contractor shall be directed to the Project Engineer. All
9
correspondence from the Contractor constituting any notification, notice of protest, notice of
' dispute, or other correspondence constituting notification required to be furnished under the
Contract, must be in paper format, hand delivered or sent via mail delivery service to the
Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies
of correspondence will not constitute such notice and will not comps with the requirements
of the Contract.
1 1-05.16 Water and Power
(October 1, 2005APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and water
as a pay item.
1-06 CONTROL OF MATERIAL
1 Section 1-06 is supplemented with the following:
Buy America
(August 6, 2012)
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into the
project shall consist of American-made materials only. Buy America does not apply to temporary
steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework.
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the
foreign material used does not exceed one-tenth of one percent of the total contract cost or
$2,500.00, whichever is greater.
American-made material is defined as material having all manufacturing processes occurring
domestically. To further define the coverage, a domestic product is a manufactured steel
I
material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in
the territories and possessions of the United States.
1 If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product does not
conform to the Buy America requirements. Additionally, products manufactured domestically
from foreign source steel billets or iron ingots do not conform to the Buy America requirements
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-21 2018
because the initial melting and mixing of alloys to create the material occurred in a foreign
country.
Manufacturing begins with the initial melting and mixing, and continues through the coating I
stage. Any process which modifies the chemical content, the physical size or shape, or the final
finish is considered a manufacturing process. The processes include rolling, extruding,
machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to
steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing,
aluminizing, painting, and any other coating that protects or enhances the value of steel or iron.
Any process from the original reduction from ore to the finished product constitutes a
manufacturing process 31 for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and 34 1
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced 35 iron
ore. I
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes: I
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing. t
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication. I
A certification of materials origin will be required for any items comprised of, or containing,
steel or iron construction materials prior to such items being incorporated into the permanent
work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such
other form the Contractor chooses, provided it contains the same information as DOT Form
350-109EF.
1
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP) I
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. I
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Project Page SP-22 2018
Prior to Physical Completion the Contractor ctor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and
aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
' 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005APWA 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
I 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
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-23 2018
1
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
• on a misunderstood tax liability. I
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. I
1-07.2(1) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, j
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. i
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 I
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. 1
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project Page SP-24 2018
i
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included in
the unit bid item prices or in any other contract amount.
1
-07.2(3) Services
' The Contractor shall not collect retail sales tax from the Contracting Agency on any
contract wholly for professional or other services (as defined in Washington State
Department of Revenue Rules 138 and 244).
1-07.7 Load Limits
' Section 1-07.7 is supplemented with the following:
(March 13, 1995)
1 Except for the load limit restrictions specified in Section 1-07.7(2), the Contractor may
operate vehicles which exceed the legal gross weight limitations without special permits or
payment of additional fees provided such vehicles are employed in the construction and
within the limits of this project.
Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted.
The Contractor shall not operate vehicles which exceed the maximum gross weight
provided by law within the following areas of this project:
' All project roads are subject to weight limit restrictions.
(March 13, 1995)
1 If the sources of materials provided by the Contractor necessitates hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1 1-07.9 Wages
' 1-07.9(1) General
Section 1-07.9 is supplemented with the following:
(January 5, 2018)
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
' WA180001.
The State rates incorporated in this contract are applicable to all construction activities
associated with this contract.
1-07.11 Underutilized Disadvantaged Business Enterprise (UDBE) Participation.
1
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-25 2018
i
(April 2018) 1
(Ap
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and
USDOT's official interpretations (i.e., Questions&Answers) apply to this Contract. ,
DemonstratingcomplianceSpecifications with these S.ecifications is a Condition of Award (COA) of this
Contract. Failure to comply with the requirements of this Specification may result in your
Bid beingfound to be nonresponsive resulting in rejection or other sanctions as provided by
P
Contract.
DBE Abbreviations and Definitions ,
Broker — A business firm that provides a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, materials, or supplies required for the
performance of the Contract; or, persons/companies who arrange or expedite
transactions. i
Certified Business Description — Specific descriptions of work the DBE is
certified to perform, as identified in the Certified Firm Directory, under the Vendor
Information page.
Certified Firm Directory—A database of all Minority, Women, and Disadvantaged
Business Enterprises, including those identified as a UDBE, currently certified by
Washington State. The on-line Directory is available to Contractors for their use in
identifying and soliciting interest from DBE firms. The database is located under the
Firm Certification section of the Diversity Management and Compliance System web
page at: https://omwbe.diversitycompliance.com.
Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines t
commercially useful function as: "A DBE performs a commercially useful function
when it is responsible for execution of the work of the contract and is carrying out
its responsibilities by actually performing, managing, and supervising the work
involved. To perform a commercially useful function, the DBE must also be
responsible, with respect to materials and supplies used on the contract, for
negotiating price, determining quality and quantity, ordering the material, and
installing (where applicable) and paying for the material itself. To determine
whether a DBE is performing a commercially useful function, you must evaluate the
amount of work subcontracted, industry practices, whether the amount the firm is
to be paid under the contract is commensurate with the work it is actually
performing and the DBE credit claimed for its performance of the world and other
relevant factors" '
Contract— For this Special Provision only, this definition supplements Section 1-
01.3. 49 CFR 26.5 defines contract as: "... a legally binding relationship obligating a I
seller to furnish supplies or services (including, but not limited to, construction
and professional services) and the buyer to pay for them. For purposes of this
part, a lease is considered to be a contract." I
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Project Page SP-26 2018
1
IDisadvantaged Business Enterprise (DBE) — A business firm certified by the
Washington State Office of Minority and Women's Business Enterprises, as meeting
the criteria outlined in 49 CFR 26 regarding DBE certification. A Underutilized
Disadvantaged Business Enterprise (UDBE) firm is a subset of DBE.
Force Account Work — Work measured and paid in accordance with Section 1-
09.6.
' Good Faith Efforts— Efforts to achieve the UDBE COA Goal or other requirements
of this part which, by their scope, intensity, and appropriateness to the objective,
can reasonably be expected to fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a factory or
establishment that produces on the premises the materials, supplies, articles, or
equipment required under the Contract. A DBE Manufacturer shall produce finished
goods orproducts from raw or unfinished material orpurchase and substantially
alters9 oods and materials to make them suitable for construction use before
reselling them.
Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for
the performance of a Contract are bought, kept in stock, and regularly sold to the
public in the usual course of business. To be a Regular Dealer, the DBE firm must be
an established regular business that engages in as its principal business and in its
I I own name the purchase and sale of the products in question. A Regular Dealer in
such items as steel, cement, gravel, stone, and petroleum products need not own,
operate or maintain a place of business if it both owns and operates distribution •
equipment for the products. Any supplementing of regular dealers' own distribution
equipment shall be by long term formal lease agreements and not on an ad-hoc
basis. Brokers, packagers, manufacturers' representatives, or other persons who
arrange or expedite transactions shall not be regarded as Regular Dealers within the
meaning of this definition.
' Underutilized Disadvantaged Business Enterprise (UDBE) — A DBE Firm that
is underutilized based on WSDOT's Disparity Study. All UDBEs are DBEs.
I UDBE Commitment — The dollar amount the Contractor indicates they will be
subcontracting to be applied towards the UDBE Condition of Award Goal as shown
on the UDBE Utilization Certification Form for each UDBE Subcontractor. This UDBE
Commitment amount will be incorporated into the Contract and shall be considered a
Contract requirement. Any changes to the UDBE Commitment require the Engineer's
approval.
UDBE Condition of Award (COA) Goal —An assigned numerical amount specified
as a percentage of the Contract. Initially, this is the minimum amount that the Bidder
Imust commit to by submission of the Utilization Certification Form and/or by Good
ICity of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-27 2018
•
1
Faith Effort (GFE). This is also the minimum required amount of UDBE participation
specified as a percentage of the final Contract amount inclusive of all change orders.
UDBE COA Goal ,
The Contracting Agency has established a UDBE COA Goal for this Contract in the
amount of: *** 7% *** I
DBE Eligibility/Selection of DBEs
In order to determine the distinct element(s) of work for which a DBE is certified,
Contractors should refer to the Certified Business Description. The Contractor shall not
use NAICS codes on the UDBE Utilization Certification.
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on
which they are participating is executed.
Be advised that although a firm is listed in the Certified Firm Directory, there are cases
where the listed firm is in a temporary suspension status. The Contractor shall review
the OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not
enter into new contracts that count towards participation. I
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation. I
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the Contract equal to the
distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with
its own forces and is certified to perform. '
DBE Subcontractor
Only take credit for that portion of the total dollar value of the subcontract that is equal
to the distinct, clearly defined portion of the Work that the DBE performs with its own
forces. The value of work, performed by the DBE includes the cost of supplies and
materials purchased by the DBE and equipment leased by the DBE, for its work on the
contract. Supplies, materials or equipment obtained by a DBE that are not utilized or
incorporated in the contract work by the DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from the Contractor or its
affiliate, including any Contractor's resources available to DBE subcontractors at no cost,
shall not be credited.
given in instances where the equipment lease includes the ui
DBE credit will not be q p
operator. The DBE is expected to operate the equipment used in the performance of its
work under the contract with its own forces. Situations where equipment is leased and111
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-28 2018
1
1
used by the DBE, but payment is deducted from the Contractor's payment to the DBE is
not allowed.
' When the subcontractor is part of a UDBE Commitment, the following apply:
1. If a UDBE subcontracts a portion of the Work of its contract to another firm, the
' value of the subcontracted Work may be counted toward the UDBE COA Goal
only if the Lower-Tier Subcontractor is also a UDBE.
1 2. Work subcontracted to a Lower-Tier Subcontractor 1 that is a DBE, but not a
UDBE, may be counted as DBE race-neutral participation but not counted toward
the .
3. Work UDBE subcontracted to a non-DBE does not count towards the UDBE COA Goal
nor DBE participation.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and fully
describes the distinct elements of Work committed to be performed by the DBE. The
subcontract agreement shall incorporate requirements of the primary Contract.
Subcontract agreements of all tiers, including lease agreements shall be readily available
at the project site for the Engineer's review.
DBE Service Provider
The value of fees or commissions charged by a DBE Broker, a DBE behaving in a manner
of a Broker, or another service provider for providing a bona fide service, such as
professional, technical, consultant, managerial services, or for providing bonds or
insurance specifically required for the performance of the contract will only be credited
as DBE participation, if the fee/commission is determined by the Contracting Agency to
be reasonable and the firm has performed a CUF.
1 Force Account Work
When the Contractor elects to utilize force account Work to meet the UDBE COA Goal, as
1 demonstrated by listing this force account Work on the UDBE Utilization Certification
Form, for the purposes of meeting UDBE COA Goal, only 50% of the Proposal amount
shall be credited toward the Contractors Commitment to meet the UDBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force account Work
shall be credited towards UDBE COA Goal or DBE participation.
Temporary Traffic Control
If the DBE firm is being utilized in the capacity of only "Flagging', the DBE firm must
' provide a Traffic Control Supervisor(TCS) and flagger, which are under the direct control
of the DBE. The DBE firm shall also provide all flagging equipment (e.g. paddles, hard
hats, and vests).
•
I City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-29 2018
If the DBE firm is being utilized in the capacity of"Traffic Control Services", the DBE firm
must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.)
and be in total control of all items in implementing the traffic control for the project. In
addition, if the DBE firm utilizes the Contractor's equipment, such as Transportable
Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken
for supplying and operating the items. I
Trucking
DBE trucking firm participation may only be credited as DBE participation for the value
of the hauling services, not for the materials being hauled unless the trucking firm is
also certified as a supplier. In situations where the DBE's work is priced per ton, the
value of the hauling service must be calculated separately from the value of the 111materials in order to determine DBE credit for hauling
The DBE trucking firm must own and operate at least one licensed, insured and
operational truck on the contract. The truck must be of the type that is necessary to
perform the hauling duties required under the contract. The DBE receives credit for the
value of the transportation services it provides on the Contract using trucks it owns or
leases, licenses, insures, and operates with drivers it employs.
The DBE may lease additional trucks from another DBE firm. I
The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for
Work done on the project. The DBE may lease trucks from a non-DBE truck leasing
company, but can only receive credit towards DBE participation if the DBE uses its own
employees as drivers.
DBE credit for a truck broker is limited to the fee/commission that the DBE receives for 111
arranging transportation services.
Truck registration and lease agreements shall be readily available at the project site for
the Engineer review.
When Trucking is a UDBE Commitment, the following apply: 1
1. If the trucking firm is a UDBE, participation may count towards the UDBE COA
Goal.
2. The Work that a UDBE trucking firm performs with trucks it leases from other
certified UDBE trucking firms qualify for 100% credit towards the UDBE COA
Goal.
3. The UDBE may lease trucks from a non-UDBE truck leasing company, but can
only receive credit towards UDBE participation if the UDBE uses its own
employees as drivers.
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project Page SP-30 2018
•
L
DBE Manufacturer and DBE Regular Dealer
e9
One hundred percent (100%) of the cost of the manufactured product obtained from a
DBE manufacturer can count as DBE participation. If the DBE manufacturer is a UDBE,
' participation may count towards the UDBE COA Goal.
•
Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular
' Dealer may be credited as DBE Participation. If the role of the DBE Regular Dealer is
determined to be that of a pass-through, then no DBE credit will be given for its
services. If the role of the DBE Regular Dealer is determined to be that of a Broker, then
1 DBE credit shall be limited to the fee or commission it receives for its services. Regular
Dealer status and the amount of credit is determined on a Contract-by-Contract basis. If
the DBE regular dealer is a UDBE, participation may count towards the UDBE COA Goal.
Regular Dealer DBE firms, including UDBEs must be approved before being used on a
project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal
Opportunity (OEO) web site must include the specific project for which approval is being
requested. For purposes of the UDBE COA Goal participation, the Regular Dealer must
submit the Regular Dealer Status Request form a minimum of five days prior to bid
opening.
Purchase of materials or supplies from a DBE which is neither a manufacturer nor a
regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the
procurement of the materials and supplies, or fees or transportation charges for the
delivery of materials or supplies required on a job site, can count as DBE participation
provided the fees are not excessive as compared with fees customarily allowed for
similar services. Documentation will be required to support the fee/commission charged
by the DBE. The cost of the materials and supplies themselves cannot be counted
toward as DBE participation.
Note: Requests to be listed as a Regular Dealer will only be processed if the
requesting firm is a material supplier certified by the Office of Minority and
Women's Business Enterprises in a NAICS code that falls within the 42)000(
NAICS Wholesale code section.
Underutilized Disadvantaged Business Enterprise Utilization
9 P
The requirements of this section apply to projects with a UDBE COA Goal. To be eligible
for award of the Contract, the Bidder shall properly complete and submit an
Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification with the
Bidder's sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The
Bidder's UDBE Utilization Certification must clearly demonstrate how the Bidder intends
to meet the UDBE COA Goal. A UDBE Utilization Certification (WSDOT Form 272-056U) is
included in" the Proposal package for this purpose as well as instructions on how to
properly fill out the form.
The Bidder is advised that the items listed below when listed in the Utilization
' Certification must have their amounts reduced to the percentages shown and those
reduced amounts will be the amount applied towards meeting the UDBE COA Goal.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-31 2018
1
t
• Force account at 50%
• Regular dealer at 60% I
• In the event of arithmetic errors in completing the UDBE Utilization Certification, the
amount listed to be applied towards the UDBE COA Goal for each UDBE shall govern and
the UDBE total amount shall be adjusted accordingly.
Note: The Contracting Agency shall consider as non-responsive and shall reject any
Bid Proposal submitted that does not contain ,a UDBE Utilization Certification
Form that accurately demonstrates how the Bidder intends to meet the UDBE
COA Goal. 1
Underutilized Disadvantaged Business Enterprise Written Confirmation
Document(s)
The requirements of this section apply to projects with a UDBE COA Goal. The Bidder
shall submit an Underutilized Disadvantaged Business Enterprise (UDBE) Written
Confirmation Document (completed and signed by the UDBE) for each UDBE firm listed
in the Bidder's completed UDBE Utilization Certification submitted with the Bid. Failure to
do so will result in the associated participation being disallowed, which may cause the
Bid to be determined to be nonresponsive resulting in Bid rejection. I
The Confirmation Documents provide confirmation from the UDBEs that they are
participating in the Contract as provided in the Contractor's Commitment. The
Confirmation Documents must be consistent with the Utilization Certification.
A UDBE Written Confirmation Document (WSDOT Form 422-031U) is included in the
Proposal package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9
Delivery of Proposal
It is prohibited for the Bidder to require a UDBE to submit a Written Confirmation
Document with any part of the form left blank. Should the Contracting Agency
determine that an incomplete Written Confirmation Document was signed by a UDBE,
the validity of the document comes into question. The associated UDBE participation
may not receive credit.
Selection of Successful Bidder/Good Faith Efforts(GFE)
The requirements of this section apply to projects with a UDBE COA Goal. The successful '
Bidder shall be selected on the basis of having submitted the lowest responsive Bid,
which demonstrates a good faith effort to achieve the UDBE COA Goal. The Contracting
Agency, at any time during the selection process, may request a breakdown of the bid
items and amounts that are counted towards the overall contract goal for any of the
UDBEs listed on the UDBE Utilization Certification.
Achievingthe UDBE COA Goal.maybe accomplished in one of'two ways:
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project .Page SP-32 2018
1
1. By meeting the UDBE COA Goal
Submission of the UDBE Utilization Certification and supporting UDBE Written
Confirmation Document(s) showing the Bidder has obtained enough UDBE
participation to meet or exceed the UDBE COA Goal.
I2. By documentation that the Bidder made adequate GFE to meet the UDBE COA
Goal
The Bidder may demonstrate a GFE in whole or part through GFE documentation
' ONLY IN THE EVENT a Bidder's efforts to solicit sufficient UDBE participation
have been unsuccessful. The Bidder must supply GFE documentation in addition
to the UDBE Utilization Certification, and supporting UDBE Written Confirmation
' Document(s).
Note: In the case where a Bidder is awarded the contract based on demonstrating
tadequate GFE, the advertised UDBE COA Goal will not be reduced. The Bidder
shall demonstrate a GFE during the life of the Contract to attain the advertised
UDBE COA Goal.
GFE documentation shall be submitted as specified in Section 1-02.9.
t The Contracting Agency will review the GFE documentation and will determine if the
Bidder made an adequate good faith effort.
Good Faith Effort(GFE) Documentation
GFE isv lua when:
a ted
1. Determining award of a Contract that has COA goal,
2. When.a COA UDBE is terminated and substitution is required, and
3. Prior to Physical Completion when determining whether the Contractor has
satisfied its UDBE commitments.
49 CFR Part 26, Appendixgeneralguidance A is intended as and does not, in itself,
demonstrate adequate good faith efforts. The following is a list of types of actions,
which would be considered as part of the Bidder's GFE to achieve UDBE participation. It
is not intended to be a mandatory checklist, nor is it intended to be exclusive or
exhaustive. Other factors or types of efforts may be relevant in appropriate cases.
1. Soliciting through all reasonable and available means (e.g. attendance at pre-
bid meetings, advertising and/or written notices) the interest Of all certified
UDBEs who have the capability to perform the Work of the Contract. The
Bidder must solicit this interest within sufficient time to allow the UDBEs to
respond to the solicitation. The Bidder must determine with certainty if the
' UDBEs are interested by taking appropriate -steps to follow up initial
solicitations.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-33 2018
1
2. Selecting portions of the Work to be performed by UDBEs in order to increase
the likelihood that the UDBE COA Goal will be achieved. This includes, where
appropriate, breaking out contract Work items into economically feasible units
to facilitate UDBE participation, even when the Contractor might otherwise
prefer to perform these Work items with its own forces. ,
3. Providing interested UDBEs with adequate information about the Plans,
Specifications, and requirements of the Contract in a timely manner to assist
them in responding to a solicitation.
a. Negotiating in good faith with interested UDBEs. It is the Bidder's
responsibility to make a portion of the Work available to UDBE ,
subcontractors and suppliers and to select those portions of the Work or
material needs consistent with the available UDBE subcontractors and.
suppliers, so as to facilitate UDBE participation. Evidence of such
negotiation includes the names, addresses, and telephone numbers of
UDBEs that were considered; a description of the information provided
regarding the Plans and Specifications for the Work selected for
subcontracting; and evidence as to why additional agreements could not be
reached for UDBEs to perform the Work. 1
b. A Bidder using good business judgment would consider a number of factors
in negotiating with subcontractors, including DBE subcontractors, and would
take a firm's price and capabilities as well as the UDBE COA Goal into
consideration. However, the fact that there may be some additional costs
involved in finding and using UDBEs is not in itself sufficient reason for a
Bidder's failure to meet the UDBE COA Goal, as long as such costs are
reasonable. Also, the ability or desire of a Contractor to perform the
Work of a Contract with its own organization does not relieve the Bidder of
the responsibility to make Good Faith Efforts. Contractors are not, however,
required to accept higher quotes from UDBEs if the price difference is
excessive or unreasonable.
4. Not rejecting UDBEs as being unqualified without sound reasons based on a
thorough investigation of their capabilities. The Contractor's standing within its
industry, membership in specific groups, organizations, or associations and
political or social affiliations (for example union vs. nonunion employee status)
are not legitimate causes for the rejection or non-solicitation of bids in the
Contractor's efforts to meet the UDBE COA Goal.
5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit,
or insurance as required by the recipient or Contractor. ,
6. Making efforts to assist interested UDBEs in obtaining necessary equipment,
supplies, materials, or related assistance or services. ,
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-34 2018
1
1 7. Effectively using the services of available minority/women community
organizations; minority/women contractors' groups; local, State, and Federal
minority/women business assistance offices; and other organizations as
allowed on a case-by-case basis to provide assistance in the recruitment and
placement of UDBEs.
1 8. Documentation of GFE must include copies of each UDBE and non-DBE
subcontractor quotes submitted to the Bidder when a non-DBE subcontractor
is selected over a UDBE for Work on the Contract. (ref. updated DBE
' regulations— 26.53(b)(2)(vi) &App. A)
Administrative Reconsideration of GFE Documentation
' A Bidder has the right to request reconsideration if the GFE documentation submitted
with their Bid was determined to be inadequate.
' • The Bidder must request within 48 hours of notification of being nonresponsive
or forfeit the right to reconsideration.
• The reconsideration decisionon theofGFE documentation
adequacy the Bidder's ocu entation
shall be made byofficial
anwho did not take part in the original determination.
• Only original GFE documentation submitted as a supplement to the Bid shall be
considered. The Bidder shall not introduce new documentation at the
reconsideration hearing.
' • The Bidder shall have the opportunity to meet in person with the official for the
purpose of setting forth the Bidder's position as to why the GFE documentation
' demonstrates a sufficient effort.
• The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for
their finding.
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional
information described below. Failure to comply shall result in the forfeiture of the
Bidder's Proposal bond or deposit.
1. A UDBE Bid Item Breakdown is required which shall contain the following
I'I ' information for all UDBEs as shown on the UDBE Utilization Certification:
a. Correct business name, federal employee identification number (if
available), and mailing address.
b. List of all Bid items assigned to each UDBE with a clear description of Work
' to be performed for each Bid item and the dollar value of the Work to be
performed by the UDBE.
' City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-35 2018
1
1
c. Description of partial items (if any) to be sublet to each UDBE specifying the
Work committed under each item to be performed and including the dollar I
value of the UDBE portion.
d. Total amounts shown for each UDBE shall match the amount shown on the
UDBE Utilization Certification. A UDBE Bid Item Breakdown that does not
conform to the UDBE Utilization Certification or that demonstrates a
different amount of UDBE participation than that included in the UDBE
Utilization Certification will be returned for correction.
2. A list of all firms who submitted a bid or quote in attempt to participate in this
project whether they were successful or not. Include the business name and
mailing address.
Note: The firms identified by the Contractor may be contacted by the Contracting ,
Agency to solicit general information as follows: age of the firm and average
of its gross annual receipts over the past three years. ,
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed
by a DBE that is determined to be performing a CUF. Payment must be
commensurate with the work actually performed by the DB E. This applies to all
DBEs performing Work on a project, whether or not the DBEs are COA, if the
Contractor wants to receive credit for their participation. The Engineer will conduct
CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a
CUF when it is carrying out its responsibilities of its contract by actually
performing, managing, and supervising the Work involved. The DBE must be
responsible for negotiating price; determining quality and quantity; ordering the
material, installing (where applicable); and paying for the material itself. If a DBE
does not perform "all" of these functions on a furnish and-install contract, it has
not performed a CUF and the cost of materials cannot be counted toward UDBE
COA Goal. Leasing of equipment from a leasing company is allowed. However,
leasing/purchasing equipment from the Contractor is not allowed. Lease
agreements shall be readily available for review by the Engineer.
In order for a DBE traffic control company to be considered to be performing a
CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall
employ a Traffic Control Supervisor who is directly involved in the management
and supervision of the traffic control employees and services.
The DBE does not perform a CUF if its role is limited to that of an extra participant '
in a transaction, contract, or project through which the funds are passed in order
to obtain the appearance of DBE participation.
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-36 2018
The following are some of the factors that the Engineer will use in determining
whether a DBE trucking company is performing a CUF:
I • The DBE shall be responsible for the management and supervision of the
entire trucking operation for which it is responsible on the contract. The
' owner demonstrates business related knowledge, shows up on site and is
determined to be actively running the business.
• The DBE shall with its own workforce, operate at least one fully licensed,
1 insured, and operational truck used on the Contract. The drivers of the
trucks owned and leased by the DBE must be exclusively employed by the
DBE and reflected on the DBE's payroll.
• Lease agreements for trucks shall indicate that the DBE has exclusive use
of and control over the truck(s). This does not preclude the leased truck
' from working for others provided it is with the consent of the DBE and the
lease provides the DBE absolute priority for use of the leased truck.
' • Leased trucks shall display the name and identification number of the DBE.
UDBE Utilization Plan
The UDBE Bid Item Breakdown is the initial plan for Bid Item work committed to UDBE
firms. At any time between Execution and Physical Completion, if the Contractor
identifies a change in the plan, an update to the Bid Item Breakdown shall be submitted
to the Engineer within 7 calendar days of the proposed change for review and
acceptance. Plan updates shall not make changes to the Commitment or the UDBE
Utilization Certification.
' Joint Checking
A joint check is a check between a Subcontractor and the Contractor to the supplier of
1 materials/supplies. The check is issued by the Contractor as payer to the Subcontractor
and the material supplier jointly for items to be incorporated into the project. The DBE
must release the check to the supplier, while the Contractor acts solely as the guarantor.
' A joint check agreement must be approved by the Engineer and requested by the DBE
involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The
form must accompany the DBE Joint Check Agreement between the parties involved,
including the conditions of the arrangement and expected use of the joint checks.
1. The approval to use joint checks and the use will be closely monitored by the Engineer.
To receive DBE credit for performing a CUF with respect to obtaining materials and
supplies, a DBE must "be responsible for negotiating price, determining quality and
quantity, ordering the material, installing and paying for the material itself." The
Contractor shall submit DBE Joint Check Request Form for the Engineer approval prior to
using a joint check.
1
1 City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-37 2018
1
1
Material costs paid by the Contractor directly to the material supplier are not allowed. If
proper procedures are not followed or the Engineer determines that the arrangement
results in lack of independence for the DBE involved, no DBE credit will be given for the
DBE's participation as it relates to the material cost.
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1.
Prompt payment requirements apply to progress payments as well as return of
retainage. 1
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to
perform work on the project, shall maintain appropriate records that will enable the
Engineer to verify DBE participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements associated with this 1
contract.
Changes in COA Work Committed to UDBE 1
The Contractor shall utilize the COA UDBEs to perform the work and supply the materials
for which each is committed unless approved by the Engineer. The Contractor shall not be
entitled to any payment for work or material completed by the Contractor or subcontractors
that was committed to be completed by the COA UDBEs.
Owner Initiated Changes 1
Where the Engineer makes changes that result in changes to Work that was committed
to a COA UDBE. The Contractor may be directed to substitute for the Work in such
instances.
Contractor Initiated Changes
The Contractor cannot reduce the amount of work committed to a COA UDBE without
good cause. Reducing UDBE Commitment is viewed as partial UDBE termination, and
therefore subject to the termination procedures below. 1
Original Quantity Underruns
In the event that Work committed to a UDBE firm as part of the COA underruns the
original planned quantities the Contractor may be required to substitute other remaining
Work to another UDBE.
Contractor Proposed DBE Substitutions 1
Requests to substitute a COA UDBE must be for good cause (see UDBE termination
process below), and requires prior written approval of the Engineer. After receiving a
termination with good cause approval, the Contractor may only replace a UDBE with
111
another certified UDBE. When any changes between Contract Award and Execution
result in a substitution of
COA UDBE, the substitute UDBE shall be certified prior to the bid opening on the
Contract.
City of Federal Way RFB#18-005 111
2018 NHS Preservation Project Page SP-38 2018
1
1
UDBE Termination
' Termination.of a COA UDBE (or an approved substitute UDBE) is only allowed in whole
or in part with prior written approval of the Engineer. If the Contractor terminates a COA
UDBE without the written approval of the Engineer, the Contractor shall not be entitled
to credit towards the UDBE COA Goal for any payment for work or material
' performed/supplied by the COA UDBE. In addition, sanctions may apply as described
elsewhere in this specification.
' The Contractor must have good cause to terminate a COA UDBE.
Good cause typically includes situations where the UDBE Subcontractor is unable or
' unwilling to perform the work of its subcontract. Good cause may exist if:
• ' The UDBE fails or refuses to execute a written contract.
' • The UDBE fails or refuses toerform the Work of its subcontract in a way
Y
consistent with normal industry standards.
' • The UDBE fails or refuses to meet the Contractor's reasonable
nondiscriminatory bond requirements.
• The UDBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
• The UDBE is ineligible to work on public works projects because of suspension
and debarment proceedings pursuant to federal law or applicable State law.
' • The UDBE voluntarily withdraws from the project, and provides written notice
of its withdrawal.
I • The UDBE's work is deemed unsatisfactory by the Engineer and not in
compliance with the Contract.
' • The UDBE's owner dies or becomes disabled with the result that the UDBE is
unable to complete its Work on the Contract.
' Good cause does not exist if:
• The Contractor seeks to terminate a COA UDBE so that the Contractor can self-
' perform the Work.
• The Contractor seeks to terminate a COA UDBE so the Contractor can
substitute another DBE contractor or non-DBE contractor after Contract Award.
' • The failure or refusal of the COA UDBE to perform its Work on the subcontract
results from the bad faithto or daiscriminatoryaction of the Contractor (e.g., the
ctor
failure of the Contramake timely payments or the unnecessaryplacing
of obstacles in the path of the UDBE's Work).
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-39 2018
1
1
Prior to requesting termination, the Contractor shall give notice in writing to the UDBE
with a copy to the Engineer of its intent to request to terminate UDBE Work and the
reasons for doing so. The UDBE shall have five (5) days to respond to the Contractor's
notice. The UDBE's response shall either support the termination or advise the Engineer
and the Contractor of the reasons it objects to the termination of its subcontract. '
When a COA UDBE is terminated, or fails to complete its work on the Contract for any
reason, the Contractor shall substitute with another UDBE or provide documentation of
GFE. A plan to achieve the COA UDBE Commitment shall be submitted to the Engineer
within 2 days of the approval of termination or the Contract shall be suspended until
such time the substitution plan is submitted. '
Decertification •
When a DBE is "decertified" from the DBE program during the course of the Contract,
the participation of that DBE shall continue to count as DBE participation as long as the
subcontract with the DBE was executed prior to the decertification notice. The
Contractor is obligated to substitute when a DBE does not have an executed subcontract
agreement at the time of decertification.
Consequences of Non-Compliance '
Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with a
Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The Contractor
shall carry out applicable requirements of 49 CFR Part 26 in the award and
administration of DOT-assisted contracts. Failure by the Contractor to carry out these
requirements is a material breach of this Contract, which may result in the termination
of this Contract or such other remedy as the recipient deems appropriate, which may
include, but is not limited to: ,
(1) Withholding monthly progress payments;
2 Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as non-responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is
deemed to be in non-compliance, the Contractor will be informed in writing, by certified
mail by the Engineer that sanctions will be imposed for failure to meet the UDBE COA
Commitment and/or submit documentation of good faith efforts. The notice will state
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-40 2018
1
1
the specific sanctions to be imposed which may include impacting a Contractor or other
entity's ability to participate in future contracts.
' Sanctions
If it is determined that the Contractor's failure to meet all or part of the UDBE COA
Commitment is due to the Contractor's inadequate good faith efforts throughout the life of
the Contract, including failure to submit timely, required Good Faith Efforts information and
documentation, the Contractor may be required to pay DBE penalty equal to the amount of
the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5). •
' Payment
Compensation for all costs involved with complying with the conditions of this Specification
and any other associated DBE requirements is included in payment for the associated
Contract items of Work, except otherwise provided in the Specifications.
1 1-07.12 Federal Agency Inspection
Section 1-07.12 is supplemented with the following:
' (January 25, 2016 GSP)
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
' Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
that if any of the provisions of FHWA 1273, as amended, are less restrictive than
tWashington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
1 Contractor insert the FHWA 1273 and amendments thereto in each Subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each Subcontract requiring the Subcontractors to insert the
1 FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID
PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier
1 Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
' 1-07.13 Contractor's Responsibility for Work
' 1-07.13(4) Repair of Damage
Section 1-07.13(4) is revised to read:
' (August 6, 2001 GSP)
The Contractor shall promptly repair all damage to either temporary or permanent work as
directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-
07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-41 2018
will be limited to repair of damaged work only. No payment will be made for delay or
disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
Section 1-07.16(2) is supplemented with the following:
(August 2, 2010 GSP)
Vegetation and soil protection zones for trees shall extend out from the trunk to a distance
of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at ground '
level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass ,
the diameter of the plant as measured from the outer edge of the plant.
1-07.17 Utilities and Similar Facilities 1
Section 1-07.17 is supplemented with the following:
(April 2, 2007 GSP)
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project.
The following addresses and telephone numbers of utility companies known or suspected
of having facilities within the project limits are supplied for the Contractor's convenience:
Comcast Puget Sound Energy (Gas) 1
410 Valley Ave NW, Suite 12-C 6905 South 228th St
Puyallup, WA 98371 Kent, WA 98032
Attn: Bill Walker Attn: Glenn Helton
Tel: (206) 255-6975 Tel: (253) 395-6926
CenturyLink Puget Sound Energy(Power)
23315 66thAve S
3130 S 38th St
Kent, WA 98032 Tacoma, WA 98409
Attn: Jason Tesdal Attn: Brian Swart
Tel: (206) 345-3488 Tel: (253) 395-6839
Lakehaven Utility District King County Traffic Operation
31627 First Ave S 155 Monroe Ave NE
City of Federal Way RFB# 18-005 '
2018 NHS Preservation Project Page SP-42 2018
1
I
' P.0 Box 4249 Renton, WA 98056
Federal Way, WA 98003 Attn: Mark Parrett
Attn: Wes Hill Tel: (206) 296-8152
Tel: (253) 946-5440
The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer,
' all affected Subcontractors, and all utility owners and their Contractors prior to beginning
onsite work.
1 1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1 1-07.18(1) General Requirements
A. The,Contractor shall procure and maintain the insurance described in all subsections of .
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of
not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based on
the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
I (30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of all
1 subsequent renewals, shall be no later than the effective date of this Contract. The policy
shall state that coverage is claims made, and state the retroactive date. Claims-made form
coverage shall be maintained by the Contractor for a minimum of 36 months following the
' Completion Date or earlier termination of this Contract, and the Contractor shall annually
provide the Contracting Agency with proof of renewal. If renewal of the claims made form
of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase
an extended reporting period ("tail") or execute another form of guarantee acceptable to
the Contracting Agency to assure financial responsibility for liability for services performed.
' D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella
Liability insurance policies shall be primary and non-contributory insurance as respects the
Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance,
self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be
excess of the Contractor's insurance and shall not contribute with it.
II E. The Contractor shall provide the Contracting Agency and all additional insureds with written
•
notice of any policy cancellation, within two business days of their receipt of such notice.
' F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-43 2018
1
1
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract, upon which the Contracting Agency may, after giving five
• business days'notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset
against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
1-07.18(2) Additional Insured U
All insurance policies, with the exception of Workers Compensation, and of Professional Liability
and Builder's Risk (if required by this Contract) shall name the following listed entities as
additional insured(s) using the forms or endorsements required herein:
■ the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
■ Consultants hired by the Contracting Agency for construction support or materials
testing.
The above-listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the Contractor
are greater than those required by this Contract, and irrespective of whether the Certificate of
Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those
maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured I
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations
and CG 20 37 10 01 for completed operations. '
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that
complies with all applicable requirements of the Contractor-provided insurance as set forth
herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. '
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that
section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10
01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting '
Agency evidence of insurance and copies of the additional insured endorsements of each
Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. '
1-07.18(4) Verification of Coverage
City of Federal Way RFB#18-005 '
2018 NHS Preservation Project Page SP-44 2018
1
1
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when the
Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand
' such verification of coverage with these insurance requirements or failure of Contracting Agency
to identify a deficiency from the insurance documentation provided shall not be construed as a
waiver of Contractor's obligation to maintain such insurance.
1 Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit
a copy of any blanket additional insured clause from its policies instead of a separate
endorsement.
1 3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these
requirements—actual endorsements must be submitted.
' Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required
on this Project, a full and certified copy of that policy is required when the Contractor delivers
the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Cont:ractor's
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
' construed to limit the liability of the Contractor to the coverage provided by such insurance, or
otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval by the
Contracting Agency. The cost of any claim payments falling within the deductible or self-
insured retention shall be the responsibility of the Contractor. In the event an additional
insured incurs a liability subject to any policy's deductibles or self-insured retention, said
deductibles or self-insured retention shall be the responsibility of the Contractor.
1 1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad as
ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products-completed operations, personal
and advertising injury, and liability assumed under an insured contract. There shall be no
exclusion for liability arising from explosion, collapse or underground property damage.
IThe Commercial General Liability insurance shall be endorsed to provide a per project general
aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
1
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-45 2018
1
Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's
completed operations for at least three years following Substantial Completion of the Work.
Such policy must provide the following minimum limits: I
$1,000,000 Each Occurrence
$2,000,000 General Aggregate I
$2,000,000 Products &Completed Operations Aggregate
$1,000,000 Personal &Advertising Injury each offence
$1,000,000 Stop Gap/ Employers'Liability each accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers'Compensation
The Contractor shall comply with Workers'Compensation coverage as required by the Industrial
Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability I
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than
$3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage
shall be excess over and as least as broad in coverage as the Contractor's Commercial General
and Auto Liability insurance
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor's Excess or Umbrella Liability insurance.policy.
This requirement may be satisfied instead through the Contractor's primary Commercial General
and Automobile Liability coverages, or any combination thereof that achieves the overall t
required limits of insurance.
1-07.18(5)K Professional Liability I
(January 4, 2016 APWA GSP)
The Contractor and/or its Subcontractor(s) and/or its design consultant providing construction
management, value engineering, or any other design-related non-construction professional
services shall provide evidence of Professional Liability insurance covering professional errors
and omissions. 1
City of Federal Way RFB# 18-005 1
2018 NHS Preservation Project Page SP-46 2018
1
I
ISuch policy shall provide the following minimum limits:
$1,000,000 per claim and annual aggregate
If the scope of such design-related professional services includes work related to pollution
conditions, the Professional Liability insurance shall include coverage for Environmental
Professional Liability.
If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals,
shall be no later than the effective date of this Contract.
1-07.23 Public Conveniencen Safety
d Sa ety
I 1-07.23(1) Construction Under Traffic
(May 2, 2017APWA GSP)
Section 1-07.23(1) is supplemented with the following:
(January 2, 2012 WSDOT GSP)
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
I 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
iconcrete barrier shall be permitted only if the Engineer approves the installation and
location.
During actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the WZCZ and only construction vehicles absolutely
necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the
shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted
to park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has requested
the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-47 2018
1
Resli Distance E .. .v
Posted Speed Traveled Way
111
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 1
Minimum Work Zone Clear Zone Distance
1-07.23(1) Construction Under Traffic ,
Section 1-07.23(1) is supplemented with the following: 1
(******)
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. The Contractor shall maintain continuous two-way traffic along streets throughout
the project site. The Contractor shall submit traffic control plans, including days
and times to the City of Federal Way for review and approval a minimum ten (10)
working days prior to implementation. These plans shall supplement construction
staging plans, flaggers, off duty uniformed police officers, etc.
2. The Contractor shall be responsible for notifying all affected property owners prior
to commenting the barricading of streets, sidewalks and driveways.
3. All business driveways shall remain open except as necessary to permit curing of
construction materials or for short periods of time as required for excavations.
However, at least one (1) driveway per business shall remain open to vehicular
traffic at all times unless otherwise approved by the Engineer and affected property
owner in writing. If a business has only one driveway, then that driveway must be t
constructed one-half at a time to allow the passage of vehicles. The amount to
time that a driveway can be closed will be limited. Business owners shall be
notified in writing at least 48 hours in advance of any planned driveway closures. i
4. Signs and barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness. I
5. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended, unless otherwise approved by the Engineer.
1
6. Drivers of motor vehicles used in connection with the construction shall obey traffic
rules posted for such location in the same manner and under the same restrictions 1
as provided for the drivers of private vehicles.
City of Federal Way RFB# 18-005 ,
2018 NHS Preservation Project Page SP-48 2018
1
I
7. The Contractor shall, at all times project,throughout the conduct the work in such
9
a manner as will obstruct and inconvenience vehicular and pedestrian traffic as
little as possible. The streets, sidewalks and private driveways shall be kept open
by the Contractor except for the brief periods when actual work in being done. The
Contractor shall so conduct his operations so as to have under construction no
' greater length or amount of work than he can prosecute vigorously and he shall
not open up sections of the work and leave them in an unfinished condition.
Pedestrian Access
The Contractor shall keep all pedestrian routes and access point s (including but not
limited to sidewalks and crosswalks when located within the project limits) open and
clear at all times unless permitted otherwise by the Engineer in an approved traffic
control plan.
Signs and Traffic Control Devices
All signs and traffic control devices for the permitted closures shall only be installed
during the specified hours.
Night Work
Should the Contractor schedule project work during the nighttime closure hours
allowed below, it shall be the Contractor's responsibility to obtain any required noise
variance or exemption for such work.
Special Conditions
• The Contractor will be responsible for communicating all work activities with the
' property owners / tenants. The Contractor, along with the City's inspector, shall
have one formal meeting with the managers of the business corridor prior to the
start of construction.
• Payment for said meetings and communication shall be considered incidental to
Y 9
other bid items and no additional payment will be made.
• No more than one shift may be worked per day without approval of the Engineer.
• Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall maintain at least one continuous ADA accessible pedestrian
walkway throughout the project at all times.
• Bus stop on both schedules shall remain ADA accessible to pedestrians at all times
throughout the project.
16th Ave S from S 348th St to Pacific Hwy S, cement concrete work will be restricted to
' Monday through Friday between 8:30 a.m. and 3:00 p.m. and all other work will be
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-49 2018
1
I
restricted to Sunday night through Friday morning between 8:00 p.m. to 6:00 a.m.,
unless otherwise approved by the Engineer.
SW Campus Drive from 19th Ave SW to 1st Ave S, all work will be restricted to Monday I
through Friday between 8:30 a.m. and 3:30 p.m., unless otherwise approved by the
Engineer. I
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 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.
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.
(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.
1-07.24 Rights of Way
(July 23, 2015APWA GSP)
Delete this section and replace it with the following: 1
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 1
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-50 2018
I
1
twork 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
1 the part of the Contracting Agency in obtaining easements, rights of entry or right of way,
the Contractor will be entitled to an extension of time. The Contractor agrees that such
delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
Iadjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner, •
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of signature. Written
releases must be filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
1 (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;
1 2. To establish a working understanding among the various parties associated or
affected by the work;
3. To establish and review procedures for progress payment, notifications, approvals,
' submittals, etc.;
4. To establish normal working hours for the work;
' 5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-51 2018
1
1•
1
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) I
Section 1-08.0(2) is supplement with the following:
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
-111
preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions (such
as noise ordinances).
Special Conditions
16th Ave S
• Cement conc. work:
o Closure of one lane in both direction at a time and may occur from
Monday through Friday between 8:30 a.m. to 3:00 p.m.
• All other work:
o Lane closures may occur from Monday through Friday between 8:00 p.m.
to 6:00 a.m.
SW Campus Drive
• All work:
o Lane closures may occur from Monday through Friday between 8:30
a.m. to 3:30 p.m. 1
A. If a lane closure is required, at least one lane of traffic (alternating directions / flagger
controlled) shall be maintained at all times.
B. All business accesses will remain open during business hours. All business driveways
shall remain open except as necessary to permit curing of construction materials or for
short periods of time as required for excavations. However, at least one (1) driveway
per business shall remain open to vehicular traffic at all times unless otherwise
approved by the Engineer and affected property owner in writing. If a business has
only one driveway, then that driveway must be constructed one-half at a time to allow
the passage of vehicles. The amount of time that a driveway can be closed will be
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project Page SP-52 2018
. 1
limited. Business owners shall be notified in writing at least 48 hours in advance of any
planned driveway closures.
C. The Contractor shall be responsible for notifying all affected property owners prior to
commencing the barricading of streets, sidewalks and driveways.
D. No more than one shift may be worked per day without approval of the Engineer.
• E. Pedestrians must have access to pedestrian push buttons at all times.
tF. The Contractor shall maintain at least one continuous ADA accessible pedestrian
walkway throughout the project at all times.
G. Bus stops (including the transit center) shall remain ADA accessible to pedestrians at all
times throughout the project.
H. Buses must have vehicular access through the project site at all times.
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
I 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.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and
recorded properly on certified payroll.
1-08.1 Subcontracting
Section 1-08.1 is supplemented with the following:
(October 12, 1998)
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
betwthe Coatothnrar bwhbratand ay low
I tier subcontractoreen ntr
hascr beenand executedesubco.tThisctor certificationoeteen shallte sualsocontguaranteecor thatntheseer
subcontract agreements include all the documents required by the Special Provision
Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-53 2018
I
1
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal-aid Projects (Form 420-004). 1
The Contractor's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of
111
the contract and for a period of not less than three years after the date of acceptance of
the contract. The Contractor shall retain these records for that period. The Contractor shall
also guarantee that these records of all Subcontractors and lower tier Subcontractors shall
be available and open to similar inspection or audit for the same time period.
1-08.3 Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read: 1
The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the
preconstruction conference, or some other mutually agreed upon submittal time. The
schedule may be a critical path method (CPM) schedule, bar chart, or other standard
schedule format. Regardless of which format used, the schedule shall identify the critical
path. The Engineer will evaluate the Type A Progress Schedule and approve or return the
schedule for corrections within 15 calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section in its entirety, and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work 111(July 23, 2015APWA 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 1
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
City of Federal Way RFB# 18-005 1
2018 NHS Preservation Project Page SP-54 2018
1
1
1 1-08.5 Time for Completion
Section 1-08.5 is supplemented with the following:
1 (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
t 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,
I 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
1 to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week
in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth
day of that week will be charged as a working day whether or not the Contractor works on
that day.
Revise the sixth paragraph to read:
116
The Engineer willive the Contractor written notice of the completion date of the contract
9 P
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 (Der 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
If. Property owner releases per Section 1-07.24
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-55 2018
1
I
(March 13, 1995 GSP)
This project shall be physically complete within 65 working days. I
1-08.6 Suspension of Work
Section 1-08.6 is supplemented with the following: 1
(City of Federal Way)
Contract time may be suspended for procurement of critical materials (Procurement ,
Suspension). In order to receive a Procurement Suspension, the Contractor shall within 14
calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the contract. I
Such purchase orders shall disclose the purchase order date and estimated delivery dates
for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicated that the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 14 calendar days,
then the contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
*** Accessible Pedestrian Pushbutton Poles ***
Procurement Suspension shall be a maximum of 50 calendar days, unless otherwise
approved by the Engineer. Charging of contract time will resume upon the delivery of the
critical materials to the Contractor.
1-08.9 Liquidated Damages I
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read: I
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for liquidated
damages shown above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct .
engineering and related costs assignable to the project until the actual Physical Completion
Date of all the Contract Work. The Contractor shall complete the remaining Work as
promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a
written schedule for completing the physical Work on the Contract. ,
1-09 MEASUREMENT AND PAYMENT
r
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-56 2018
1
1 1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015APWA GSP, Option 2)
' Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
' the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5)Measurement
(May 2, 2017APWA GSP)
Revise the first paragraph to read:
1 Scale Verification Checks—At the Engineer's discretion, the Engineer mayperform
9 9
verification checks on the accuracy of each batch, hopper, or platform scale used in
jweighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for all
items to be paid per force account, only to provide a common proposal for Bidders. All
' such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication that the actual amount of
work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
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.
1 City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-57 2018
I
t
1
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 thero ress estimate will be the sum of the following:
P 9
1. Unit Price.Items in the Bid Form—the approximate quantity of acceptable units of
work completed multiplied by the unit price. 111
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. I
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. I
The determination of payments under the contract will be final in accordance with Section
1-05.1.
1-09.9(1) Retainage
9
Section 1-09.9(1) content and title is deleted and replaced with the following:
(June 27, 2011)
Vacant
1-09.11 Disputes and Claims I
Supplement with the following: I
City of Federal Way RFB# 18-005 t
2018 NHS Preservation Project Page SP-58 2018
I
1-09.11(3) lime Limitation and Jurisdiction
(July 23, 2015APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that
any claims or causes of action which the Contractor has against the Contracting Agency
arising from the Contract shall be brought within 180 calendar days from the date of final
acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further
' agreed that any such claims or causes of action shall be brought only in the Superior Court
of the county where the Contracting Agency headquarters is located, provided that where
an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within the time
period provided, shall be a complete bar to any such claims or causes of action. It is further
mutually agreed by the parties that when any claims or causes of action which the
' Contractor asserts against the Contracting Agency arising from the Contract are filed with
the Contracting Agency or initiated in court, the Contractor shall permit the Contracting
Agency to have timely access to any records deemed necessary by the Contracting Agency
to assist in evaluating the claims or action.
1-09.13 Claim Resolution
1 1-09.13(3) Claims$250,000 or Less
(October 1, 2005APWA GSP)
IDelete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total
$250,000 or less, 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
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-59 2018
1
1-10.2 Traffic Control Management
1-10.2(1) General
Section 1-10.2(1)B is supplemented with the following:
(January 3, 2017 GSP)
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the
State of Washington. The Traffic Control Supervisor shall be certified by one of the
following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778 I
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.3(3)A Construction Signs
Section 1-10.3(3) is supplemented with the following: ,
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A. The
Contractor shall provide two (2) project signs (4'x 8') per the detail provided by the City.
Business Open During Construction Signs
The Contractor shall provide three (3) Business Open During Construction signs (2.5' x 4.5')
for the project. The Business Open During Construction signs shall be per the detail in the
plans. Business Open During Construction Signs shall be considered Construction Signs Class 111B.
1-10.4 Measurement
Section 1-10.4 is supplemented with the following:
Project Temporary Traffic Control will be measure by lump sum.
Construction Signs Class B will be measured by each.
1-10. Payment
Section 1-10.5 is supplemented with the following:
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-60 2018
I
I "Project Temporary Traffic Control", per lump sum.
"Construction Signs Class B", per each.
IEND OF DIVISION 1
I
I
i
I
I
I
I
1
I
i
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-61 2018
I
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP
2-01.1 Description 1
Section 2-01.1 Is supplemented with the following:
(City of Federal Way) 1
Clearing and grubbing on this project shall be performed within the limits shown in the
plans.
2-01.3 Construction Requirements
2-01.4 Measurement t
Section 2-01.4 is supplemented with the following:
(City of Federal Way) t
No specific unit of measurement will apply to the force account item of"Roadside Cleanup':
2-01.5 Payment 1
Section 2-01.5 is supplemented with the following:
(City of Federal Way)
"Roadside
t
Roadside Cleanup , by force account as provided in Section 1-09.6.
2-02 REMOVAL OF STRUCTURES ASND OBSTRUCTIONS I
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the following:
(City of Federal Way)
Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the
areas of pavement removal from those areas of pavement to remain. The Engineer shall
rto make the
approve the equipment and procedures usedfull-depth sawcut. No wastewater
from the sawcutting operation shall be released directly to any stream or storm sewer system.
Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be
measured and paid as"Roadway Excavation incl. Haul"in accordance with Section 2-03.
2-02.4 Measurement
Section 2-02.4 is supplemented with the following:
1
City of Federal Way RFB# 18-005 ,
2018 NHS Preservation Project Page SP-62 2018
1
(City of Federal Way)
Removal of asphalt concrete pavement and base associated with the Removal of Cement
Conc. Curb and Gutters, will not be measured, but will be considered as part of
"Removal Cement Conc. Curb and Gutter"and "Cement Conc. Curb Ramp':
Sawcutting conc. sidewalks, approach, curb and gutters will be incidental to the removal
' of those items. Sawcutting for conc. curb ramps shall be incidental to "Cement Conc.
Curb Ramp Type , per each.
Removal of Cement Conc. Sidewalks, Approaches, Curb Ramps, Extruded Curb, Type C
Traffic Curbs, Curbs and Gutters shall be measured and paid for as provided for under
the appropriate bid items in Sections 8-04 and 8-14 the Special Provisions.
2-02.5 Pavement
Section 2-02.5 is supplemented with the following:
"Sawcutting", per lineal foot, the contract bid price shall be for a full-depth sawcut.
"Removal of Cement Conc. Curb &Gutter", per linear foot.
"Removal of Cement Conc. Sidewalk, per square yard.
"Removal of Cement Conc. Approach", per square yard.
"Removal of Type C Traffic Curb", per linear foot.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
' 2-03.1 Description
Section 2-03.1 is supplemented with the following:
Roadway excavation shall include excavation for patching.
' 2-03.2 Pavement Removal
Section 2-03.2 is replaced with the following:
' (City of Federal Way)
Where shown in the Plans or where designated by the Engineer, the Contractor shall •
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full-depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full-depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
The removed pavement shall become the property of the Contractor and shall be removed
from the project. Damage caused to portions of the pavement to remain, due to the
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-63 2018
111
I
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and
to-the satisfaction of the Engineer.
Removal of asphalt conc. pavement throughout the project shall be measured and paid as
"Roadway Excavation Incl. Haul"and no additional payment will be made.
2-03.3(14)3 Gravel Borrow Including Haul
Section 2-03.3(14) is supplemented with the following:
(City of Federal Way) 1
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
11/
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 I
course, the area below the crushed surfacing top course shall be backfilled with "Crushed
Surfacing Top Course"for Pavement Repair. I
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 Excavation, Incl. Haul': 111
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", per cubic yard. '
2-07 WATERING
2-07.5 Payment
Section 2-07.5 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.
END OF DMSION 2 1
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-64 2018
1
1
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3-01 PRODUCTION FROM QUARRY AND PIT SITES
' 3-01.2 Material Sources, General Requirements
Section 3-01.2 is supplemented with the following:
' (March 13, 1995 WSDOT GSP)
Permits for Pit Operations in King County
The Contractor is advised that King County may require the Contractor to meet any or all of
the following listed conditions before considering issuance of a temporary permit for pit
operations within King County:
•1111. Security fences and locking gates shall be installed where deemed necessary by
the King County Department of Building. Cable or wire gates are not acceptable.
2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m.
3. Access roads shall be improved and maintained to the satisfaction of the King
County Department of Public Works. A haul road agreement for County road
maintenance may be required.
All roads shall be swept, washed, or both, by the Contractor at the Contractor's
expense as often as the Department of Building deems necessary.
Property shall have functional access to an arterial level street.
4. All operations will have to be approved by King County Flood Control for drainage
plans, Washington State Department of Ecology, and Puget Sound Air Pollution
Control Authority.
Those properties near or adjacent to any water body shall have written approval
from the State of Washington Department of Fish and Wildlife.
The Contractor shall obtain a mining reclamation permit from the State of
Washington Department of Natural Resources for sites of over three acres in size
of disturbed land or resulting in pit walls more than thirty feet high and steeper
than one to one slope.
5. No stockpiling of foreign excavated material is permitted on the site except for
those materials to be used in the land rehabilitation of the subject property.
' 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are
authorized as a result of the temporary permit.
7. Plans required:
a. Scale of Plot Plans
Site Size: less than 10 acres 1 inch = 50 feet
10 to 100 acres 1 inch = 100 feet
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-65 2018
1
1
over 100 acres 1 inch = 200 feet 111
b. Contours
Show existing and proposed contours at 5-foot intervals. If existing and
proposed contours are superimposed upon one another it must be clear as to
which is which. Plans which incorporate a screening process may be required
by the County to distinguish said contours.
Finished contours must show how the property can be used under the existing
zoning. Plans showing daylighting of property to road grade or below with
high 2:1 slope walls will no longer be permitted within the R, S, or G zones.
The plans must contain large terraces which will permit the lot sizes and roads
that are permitted within the zone. '
c. Sections
Show a minimum of two sections in each direction. '
d. Maximum Slope
Cuts shall not be steeper in slope than two horizontal to one vertical unless
the owner furnishes a soils engineering or an engineering geology report
certifying that the site has been investigated and indicating that the proposed
deviation will not endanger any private property or result in the deposition of
debris on any public way or interfere with any existing drainage course.
e. Fill Slopes
No fill shall be made which creates an exposed surface steeper in slope than •
two horizontal to one vertical.
f. Benches on Slopes 1
There shall be a 10 foot wide bench sloped into the hillside for every 50 feet
in height.
g. Setbacks
Material and vegetation shall be left in its natural state:
50 feet from any FP, A, G,S, or R zoned property;
20 foot setback which includes a 6 foot high planted berm along any public
right-of-way; 1
20 feet from M, B, or CG zoned property;
10 feet from QM or FR zoned property. I
Plans shall show type of vegetation existing within the buffer zones.
h. Drainage '
All drainage facilities shall be designed to carry surface waters to the nearest
practical street, storm drain, or natural water-course. Adequate provision
shall be made to prevent any surface waters from damaging the face of an
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-66 2018
excavation or fill. All slopes shall be protected from surface water runoff from
above by berms or swales.
II The Contractor is further advised that King County may require conditions
which are in addition to the foregoing list and that the County may reject
permit applications at its discretion because of the proposed operations
' proximity to schools, residential neighborhoods, hospitals, arterials, or for
other environmental conditions.
' When there are discrepancies between the requirements of the State and the
County the more stringent specifications shall apply.
IShould the Contractor fail to comply with any requirements of a temporary
permit obtained in the Contracting Agency's name, the Contracting Agency
will take the necessary action to meet these requirements and any costs
' incurred by the Contracting Agency will be deducted from monies due or to
become due the Contractor.
END OF DMSION 3
1
1
1
•
1
1
1
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-67 2018
1
1
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 is supplemented with the following:
(aty of Federal Way) r
Crushed Surfacing Top Course for Pavement Repair shall be accomplished in accordance
with Section 4-04 of Standard Specifications.
4-04.3 Construction Requirements
4-04.3(4) Placing and Spreading ,
(City of Federal Way)
Item 2 of Section 4-04.3(3) and Section 4-04(4), is replaced with the following:
1. Road Mix Method. The road mix method of mixing surfacing material will not
be allowed.
4-04.4 Measurement
Section 4-04.4 is supplemented with the following:
(City of Federal Way)
"Crushed Surfacing Top Course" will be measured by the ton. The unit contract price per
ton shall also include compacting and hauling. I
4-04.5 Payment
Section 4-04.5 is supplemented with the following: I
"Crushed Surfacing Top Course", per ton.
END OF DIVISION 4
I
1
1
Cityof Federal
RFB
#18-005 111
Way
2018 NHS Preservation Project Page SP-68 2018
1
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
1 5-04 HOT MIX ASPHALT
' 5-04.1 Description
Section 5-04.1 is supplemented with the following:
(City of Federal Way)
Asphalt concrete pavement shall be used at the following locations on the project:
HMA Cl. 1/2" PG 64-22 (Commercial HMA): For all asphalt concrete roadway overlay,
preleveling, pavement repair, refuge islands, behind back of sidewalk/driveways, in
front of reconstructed curb and gutter, where such construction is shown in the plans,
details or as directed by the Engineer.
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)D Material Transfer Device/Vehicle
' Section 5-04.3(3)D is supplemented with the following:
Delete this section in its entirety.
' 5-04.3(4) Preparation of Existing Surfaces
Section 5-04.3(4) is supplemented with the following:
•
1 (City of Federal Way)
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 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.
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-69 2018
1
i
In _-accordance--_--with ___-Section 1=07.15(1)-___-Spill Prevention,___._Control ___and
Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address the
mitigating measures to be taken in the event that the paving operation is suspended or
terminated prior to the asphalt for tack coat being fully covered.
5-04.3(7)A Mix Design
t
Section 5-04.3(7)A is supplemented with the following:
(City of Federal Way) 1
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(7)A2 Statistical or Nonstatistical Evaluation
111
Delete this section and replace it with the following:
5-04.3(7)A2 Nonstatistical Evaluation i
(January 16, 2014 APWA GSP)
Mix designs for HMA accepted by Nonstatistical evaluation shall; i
• Be submitted to the Project Engineer on WSDOT Form 350-042
• Have the aggregate structure and asphalt binder content determined in accordance with
WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-
03.8(2) and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with WSDOT Test Method T 718 or based on historic anti-strip and
aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA
mix designs utilized that include RAP will be completed without the inclusion of the RAP.
At orprior to the reconstruction meeting, the contractor shall provide one of the following mix
p 9
design verification certifications for Contracting Agency review;
• The proposed mix design indicated on a WSDOT mix design/anti-strip report that is
within one year of the approval date
• The proposed HMA mix design submittal (Form 350-042) with the seal and certification i
(stamp &signature) of a valid licensed Washington State Professional Engineer.
• The proposed mix design by a qualified City or County laboratory mix design report that
is within one year of the approval date. i
The mix design will be performed by a lab accredited by a national authority such as Laboratory
Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials i
City of Federal Way RFB# 18-005 i
2018 NHS Preservation Project Page SP-70 2018
1
I •
Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall
supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program.
At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year
verification period with a certification from the Contractor that the materials and sources are the
same as those shown on the original mix design.
5-04.3(8)A1 General
' (January 16, 2014 APWA GSP)
Delete this section and replace it with the following:
Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the
' contractdocuments.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Project
Engineer and must be made in accordance with Section 9-03.8(7).
ICommercial evaluation may be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications of HMA accepted by
' commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of
HMA accepted by commercial evaluation will be at the option of the Project Engineer.
Commercial HMA can be accepted by a contractor certificate of compliance letter stating the
1 material meets the HMA requirements defined in the contract.
5-04.3(8)A4 Definition of Sampling Lot and Sublot
' (January 16, 2014 APWA GSP)
Section 5-04.3(8)A4 is supplemented with the following:
' For HMA in a structural application, sampling and testing for total project quantities less than
400 tons is at the discretion of the engineer. For HMA used in a structural application and with
' a total project quantity less than 800 tons but more than 400 tons, a minimum of one
acceptance test shall be performed:
i. If test results are found to be within specification requirements, additional testing
will be at the engineers discretion.
ii. If test results are found not to be within specification requirements, additional
testing as needed to determine a CPF shall be performed.
' 5-04.3(8)A5 Test Results
(January 16, 2014 APWA GSP)
The first paragraph of this section is deleted.
1 City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-71 2018
1
1
5--04
1
(January16, 2014 APWA GSP) 1
Delete this section and replace it with the following:
Testing of HMA for compliance of Va will be at theoptionof the. Contracting.Agency. If -
tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. '
Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
5-04.3(8)A7 Basic of Acceptance 1
5-04.3(8)A7 is a new section:
(City of Federal Way)
A. HMA Mix Design. The Contractor-submitted reference mix design will be accepted
based on its conformance to the project job mix formula (JMF) provided by the
Contractor and laboratory density tests. For the acceptance of a project JMF, the
Contractor shall submit to the Engineer a laboratory report stating that the
representative samples of the various aggregates and blend sand to be used, along
with the gradation data, the various aggregate stockpile averages, the proposed
combining ratios, and the average gradation of the completed mix have been verified.
1. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the
constituents of the mixture at the time of acceptance shall conform to the
range of the proportion specified in the broad band specifications in for
gradation and the design mix asphalt binder content plus or minus 0.5 percent.
2. Adjustments:
a. Aggregates. Upon written request from the Contractor, the Project
Engineer may approve field adjustments to the JMF including the
Contractor's proposed combining ratios for mineral aggregate stockpiles
and blend sand. The maximum allowed gradation change shall be
2 percent for the aggregate retained on the No. 10 sieve and above,
1 percent for the aggregate passing the No. 10 and No. 40 sieves, and
0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may
be changed a maximum of 5 percent. The above adjustments and/or any
further adjustments as ordered by the Engineer will be considered as a
new JMF. Adjustments beyond these limits will require development of a
new JMF. The adjusted JMF plus or minus the allowed tolerances shall be
within the range of the broad band specifications.
b. Asphalt Binder Content. The Project Engineer may order or approve the
Contractor's request to change asphalt binder content a maximum of
0.3 percent from the approved JMF. No field adjustments of the JMF
relative to the asphalt binder content exceeding 0.3 percent from the
initial JMF will be made without approval of the Engineer.
B. Hot Mix Asphalt Mixture:
1. Sampling:
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-72 2018
1
•
a. A sample will not be obtained from either the first or last 25 tons of mix
produced in each production shift. No samples shall be taken for daily
quantities under 250 tons in a day.
' b. Samples for compliance of gradation and asphalt binder content will be
obtained on a random basis from the hauling vehicle. The Contractor shall
provide adequate platforms to enable samples to be obtained in
Iaccordance with WAQTC FOP for AASHTO T 168. The platforms shall allow
the sample to be taken without the Engineer entering the hauling vehicle.
2. Test Results. The Contractor will furnish the Engineer with a copy of the
' results.
3. Test Methods. Acceptance testing for compliance of asphalt binder content will
be WSDOT FOP for AASHTO Test Method T308.
' Acceptance testing for compliance of gradation will be WAQTC FOP for
AASHTO T27 and T11.
4. Rejection by Contractor: The Contractor may, prior to sampling, elect to
remove any defective material and replace it with new material at no expense
to the City. Any such new material will be sampled, tested, and evaluated for
acceptance.
' 5-04.3(10) HMA Compaction Acceptance
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 lots not meetingthe minimum densitystandard 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.
' City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-73 2018
1 .
1
Compatibility shall be based on the abilityof the mix to attain the specified minimum I
p tY Pe
density (ninety-two percent f92%) of the maximum density-determined by W SDOT 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. 1
In addition to the randomly selected locations for tests of the control lot, the Engineer
reserves the right to test any area which appears defective and to require the further
compaction of areas that fall below acceptable density readings. These additional tests
shall not impact the compaction evaluation of the entire control lot. ,
5-04.3(14) Planing Bituminous Pavement
Section 5-04.3(14) is supplemented with the following:
(January 5, 2004 GSP)
The Contractor perform the planing operations no more than seven (7) calendar days .
ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by
the Engineer in writing.
5-04.4 Measurement
Section 5-04.4 is supplemented with the following:
"Planing Bituminous Pavement"will be measured by the square yard. ,
"HMA CL. 1/z"PG 64-22"will be measured by the ton.
"HMA CL. 1/2"PG 64-22 for Pavement Repair"will be measured by the ton.
"HMA CL. 1/2"PG 64-22 for Prelevel"will be measured by the ton.
"Soil Residual Herbicide"will be measured by force account.
5-04.5 Payment 111
Section 5-04.5 is supplemented with the following:
"Planing Bituminous Pavement", per square yard. ,
HMA CL. 1/2PG 64-22", per ton.
"HMA CL. 1/2"PG 64-22 for Pavement Repair", per ton.
"HMA CL. 1/2" PG 64-22 for Prelevel", per ton.
"Soil Residual Herbicide", by force account.
1
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-74 2018
1
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.
' Payment for pavement repair shall be by the unit prices bid for "Asphalt/Cement Concrete
Sawcut", "Roadway Excavation, Incl. Haul', "Crushed Surfacing Top Course', and "HMA Class 1/2"
' PG 64 -22, for Pavement Repair", 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)B Price Adjustments for Quality of HMA Compaction
Delete Section 5-04.5(1)B in its entirety.
' END OF DIVISION 5
1
1
1
1
1
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-75 2018
1
DIVISION 7
DRAINAGE STRUCTURESi-STORM--SEWERS,SANITARY SEWERS,
WATER MAINS, AND CONDUITS
7-05 MANHOLES, INLETS, CATCH BASINS,AND DRYWELLS
7-05.3 Construction Requirements
Section 7-05.3 is supplemented with the following:
(City of Federal Way)
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).
A locking vaned grate and associated frame shall be installed on manholes and catch basins
located where they will accept runoff. Bi-directional locking vaned grates shall be installed
at all roadway sag locations and at low points along curb returns. (Reference City of
Federal Way Standard Drawings No. 4-10 for standard vaned grate and 4-6 for standard
frame).
•
All structures not receiving surface runoff shall include round solid locking lids; except
rectangular solid locking lids shall be used where indicated on the plans or directed by the
Engineer. Catch basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer. (Reference City of Federal Way Standard
Drawing 4-18 for Conversion Riser). All structures, new or existing, located within the
proposed travelled roadway shall utilize round solid locking lids. •
i
A standard solid locking manhole cover and associated frame shall be installed on manholes
and catch basins where they will not accept concentrated runoff and are not located in the I
travelled roadway. (Reference City of Federal Way Standard Drawings No. 4-12 for solid
cover and 4-13 for standard frame).
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Section 7-05.3(1) is supplemented with the following:
(City of Federal Way)
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 I be 1.5 feet from the outside edge of the cast iron frame of the structure. The base
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-76 2018
1
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
tStandard 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
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.
' Grade adjustment rings and high impact riser installation shall be inspected by the Engineer
prior to frame installation. Cover and grate frames shall be securely grouted to the
' structure. Where existing structures are located within the wheel path of a proposed travel
lane, catch basins adjusted to grade shall also include conversion risers and heavy duty
locking frames and covers and high-impact risers per Section 7-05.3(6).
' Following frame installation, the edges of the removed asphalt pavement and the outer
edge of the reset frame shall be painted with asphalt for tack coat. The entire void around
the adjustment shall then be filled with Commercial HMA, placed and compacted 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
Section 7-05.3(5) is supplemented with the following:
(City of Federal Way)
' 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.
' 7-05.4 Measurement
Section 7-05.4 is supplemented with the following:
' "Adjust Manhole", will be measured per each.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-77 2018
"Adjust Catch Basin"; will be measured per each.
"Repair or Realign Manhole-,-will-be-measured per each:
"Convert Square Casting to Round and Adjust to Finished Grade", will be measured per
each.
"Heavy Duty Round Solid Locking Casting", will be measured per each.
"Frame and Grate for Catch Basin", will be measured per each.
"Conversion Riser for I Catch Basin". will be measured_per each.
Type
"High Impact Riser", 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.
"Repair or Re-align Manhole", per each.
"Convert Square Casting to Round and Adjust to Finished Grade", per each.
"Heavy Duty Round Solid Locking Casting", per each.
"Frame and Grate for Catch Basin", per each.
"Conversion Riser for Type I Catch Basin", per each.
"High Impact Riser", 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 Contract 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.
END OF DIVISION 7
1
1
I
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project Page SP-78 2018
1
' DIVISION 8
MISCELLANEOUS CONSTRUCTION
t8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
' 8-01.3 Construction Requirements
8-01.3(1) General
' Section 8-01.3(1) is supplemented with the following:
(City of Federal Way)
' The Contractor shall, prior to disruption of the normal water course, intercept the offsite
stormwater and pipe it either through or around the project site in such a manner that it is
not combined with offsite stormwater and it is discharged at its preconstruction outfall
point in such a manner that there is no increase in erosion below the site
The method for performing this work shall be included in the Contractor's temporary
111 erosion control plan.
8-01.3(1)A Submittals
Section 8-01.3(1)A is revised to read: •
(City of Federal Way)
' A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and
submitted for approval to the Engineer. The plan shall consist of the Contractor's complete
strategy to meet the requirements of the Department of Ecology's NPDES and State Waste
Discharge General Permit for Stormwater Discharges Associated with Construction Activity
(General Permit). The SWPPP shall include and modify as necessary the Site Preparation
and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor
shall prepare review and modify the SWPPP as necessary to be consistent with the actual
work schedule, sequencing, and construction methods that will be used on the project. The
Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's
' modifications to the SWPPP shall also incorporate the content and requirements for the
Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-
07.15(1).
' The SWPPP shall document all the erosion and sediment control Best Management
Practices (BMPs) proposed, whether permanent or temporary. The plan shall document
' installation procedures, materials, scheduling, and maintenance procedures for each
erosion and sediment control BMP. The Contractor shall submit the SWPPP for the
Engineer's approval before any work begins. The Contractor shall allow at least five working
days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP.
IFailure to approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without an
approved Contractor's SWPPP.
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-79 2018
1
1
The Contractor shall modify complete andthe SWPPP to meet the Contractor's schedule
p
and method- of construction. _All TESE_P+ans ill meet-die-requirements- of the.current
edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
adapted as needed throughout construction based on site inspections and discharge
samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule
for implementation of the SWPPP work and incorporate it into the Contractor's progress
schedule.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall include how
the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being
discharged from the project or entering surface waters. Prior to beginning any concrete or
grinding work, the Contractor shall submit the plan, for the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified in the
General Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs, including:
. A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using project-
specific information added by the Contractor. The template and instructions are available
at: http://www.ecy.wa.gov/programs/wq/stormwaterlconstruction/
Turbidity and pH Exceedances '
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide
the following at no additional cost to the Contracting agency:
1.The necessary SWPPP revisions and on-site measures/revisions including additional
source control, BMP maintenance, and/or additional stormwater treatment BMPs that
are necessary to prevent continued exceedance of turbidly and/or pH benchmarks.
2.The regulatory notification to the Dept. of Ecology and to the Engineer of any
monitoring results requiring regulatory notification.
3.The additional daily sampling and reporting measures described in the General Permit to
verify when project site runoff is in compliance.
8-01.4 Measurement '
Section 8-01.4 is supplemented with the following:
City of Federal Way RFB#18-005 1
2018 NHS Preservation Project Page SP-80 2018
Inlet Protection Insert will be measuredP er each.
SPCC Plan will be measured per lump sum.
' Erosion/Water Pollution Control will be measured by force account.
8-01.5 Payment
' Section 8-01.5 is supplemented with the following:
"Inlet Protection Insert", per each.
I "SPCC Plan", per lump sum.
"Erosion/Water Pollution Control", per force account.
All costs associated with the treatment of pH in high pH stormwater or dewatering water shall
be included in the applicable concrete, grinding or sawcutting items of work.
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(13) Plant Establishment
Section 8-02.3(13) is supplemented with the following:
(City of Federal Way)
Plant establishment shalln i
co s st 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.
I 8-02.4 Measurement
The first paragraph of Section 8-02.4 is revised as follows:
(City of Federal Way)
Sod Lawn, Incl. 4 in Topsoil will be measured
square er yard.
P
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.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-81 2018
1
8-03 IRRIGATION SYSTEMS
8-03.3 Construction Requirements
The first paragraph of Section 8-03.3 is supplemented with the following:
(City of Federal Way)
Private sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to remove the encroachment and to ensure satisfactory
operation of the remaining system. The Contractor shall ensure that existing private
systems remain in operation during the construction of this project. The Contractor shall
furnish temporary water to disconnected existing irrigation systems. Private irrigation
systems that have been damaged during construction activities shall be repaired within 5
working days. The Contractor shall be liable for any damage due to irrigation facilities
damaged by his operations and shall repair such damaged facilities to an "equal or better
than" original condition. This work will include, but not be limed to, cutting and capping
existing pipe, relocating existing risers and sprinkler heads new pipe heads and
connections, and testing of the system. Payment will be included in the unit bid item price
for Repair Existing Irrigation System per Section 8-03 these Standard Specifications. I
8-03.4 Measurement
Section 8-03.4 is supplemented with the following: '
(City of Federal Way)
No unit of measure shall apply to the Repair Existing Irrigation Systems.
8-03.5 Payment
Section 8-03.5 is supplemented with the following:
(City of Federal Way)
No unit for payment shall apply to the Repair Existing Irrigation Systems.
8-04 CURB, GUTTERS,AND SPILLWAYS
8-04.3 Construction Requirements
Section 8-04.3 is supplemented with the following:
(City of Federal Way) '
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.
The topof the finished concrete shall not deviate more than one-eighth inch (1/8") in ten
9
feet(10').or the alignment one-fourth inch (1/4") in ten feet(10').
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-82 2018
1
1
' The existing concrete curb and gutter shalt be removed in accordance with section 2-
02.3(3) which leaves one (1) 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
1 -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 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.
' 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.
' 8-04.3(3) Pedestrian Refuge Islands
' 8-04.3(3)A Construction Requirements
Section 8-04.3(3)A is supplemented with the following:
In construction of the "Pedestrian Refuge Islands", the Contractor shall complete the following
items as shown in the Plans and as incidental to this Bid Item:
1. Remove, haul and dispose existing refuge islands.
2. Installation and painting of Cement Conc. Extruded Curb per Plans and Details.
3. Place a minimum of four (4) inches of CSTC, compacted to 95% standard density within
the interior perimeter of the Cement Conc. Extruded Curb.
4. Place two (2) inches HMA Cl. 1/2" PG 64-22 (compacted depth), and match top of
Cement Conc. Extruded Curb within the interior perimeter of the Cement Conc. Extruded
Curb.
' 5. Installation of two (2) MMA-Style Detectable Warning Surface Truncated Domes per City
of Federal Way details DWG 3-58.
6. Installation of tubular markers per DWG 3-58.
' 7. Installation of Raised Pavement Markers (Type 2Y RPM) per DWG 3-58.
8. DO NOT REMOVE EXISTING RRFB FOUNDATION.
1 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. Curb and Gutter in front of Curb Ramp shall be incidental to the "Cement
Conc. Curb Ramp Type _:
Cement Conc. Barrier Curb associated with ADA ramps shall be incidental to the "Cement
Conc. Curb Ramp Type
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-83 2018
Pedestrian Refuge Islands will be measured per lump sum. 1
8-04.5 Payment
Section 8-04.5 is supplemented with the following:
"Cement Conc. Curb and Gutter", per linear foot.
"Cement Conc.Curb and Gutter in front of Curb Ramp", incidental to Curb Ramp Type
"Cement Conc. Barrier Curb" associated with ADA ramps shall be incidental to the Cement
Conc. Curb Ramp Type
"Pedestrian Refuge Islands", per lump sum.
The unit contract price per linear foot for"Cement Conc. Curb and Gutter"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. '
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCE
8-06.3 Construction Requirements ,
Section 8-06.3 is supplemented with the following:
(City of Federal Way) '
Section 1-07 of the Special Provisions describes the restrictions for driveway closures and
construction that will be in place for this contract. To meet these requirements, the
Contractor may use a quick setting concrete. The Engineer shall approve the quick setting
mix prior to use.
Cement Conc. Approach shall be constructed per City of Federal Way Standard Details. '
8-06.4 Measurement
Section 8-06.4 is supplemented with the following: '
Cement Conc. Approach will be measured by the square yard.
8-06.5 Payment
Section 8-06.5 is supplemented with the following:
"Cement Conc. Approach", per square yard.
If the Contractor chooses to use a quick-setting concrete mix to meet the requirements of
Section 1-07, it will be measured per the square yard and paid for as Cement Conc. Approach.
Any additional costs to use such mix shall be incidental to the bid item for Cement Conc.
Approach and no additional payment will be made. ,
8-07 PRECAST TRAFFIC CURB
8-07.1 Description
City of Federal Way RFB# 18-005 '
2018 NHS Preservation Project Page SP-84 2018
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
I 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 by the linear foot.
Precast Sloped Mountable Curb will be measured by the 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 priceper linear foot for "Precast Sloped Mountable "Precast
S pe Curb" and
Dual Faced Sloped Mountable Curb" shall be full payment for all incidental work, including
' 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
' Section 8-09.2(1) is supplemented with the following:
(City of Federal Way)
' Type 2 Raised Pavement Markers shall NOT be ceramic.
8-09.3 Construction Requirements
' Section 8-09.3 is supplemented with the following:
(City of Federal Way
' RPMs shall be installed per City of Federal Way Standard Details.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-85 2018
1
1
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 '
Section 8-09.4 is supplemented with the following:
Raised Pavement Marker Type 2 will be measured by the hundred. ,
Hydrant Marker Type 2B will be measured per each.
8-09.5 Payment • ,
Section 8-09.5 is supplemented with the following:
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 '
8-13.3(1) Adjusting Monument Cases
Section 8-13.3(1) is supplemented with the following:
(City of Federal Way)
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 shallbe 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.
8-13.4 Measurement
Section 8-13.4 is deleted and replaced by the following: ,
Adjust Monument Case and Cover will be measured per each.
8-13.5 Payment
Section 8-13.5 is deleted and replaced by the following:
Payment will be made for each of the followingbid items that are included in the proposal:
Y
"Adjust Monument Case and Cover", per each. ,
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-86 2018
1
1
The unit contract price per each for "Adjust Monument Case and Cover" shall be full payment
for all incidental work, including all labor, materials, tools, and equipment necessary to
satisfactorily complete the work as defined in these Special Provisions.
' 8-14 CEMENT CONCRETE SIDEWALKS
' 8-14.1 Description
Section 8-14.1 is supplemented with the following:
' Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and
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
' 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
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
depths, under sidewalks, driveway approaches, curb ramps and curb and gutters prior to
installation.
' Sidewalks two inches (2")
Driveway Approaches four inches (4")
Curb Ramps two inches (2")
' Curb and Gutters four inches (4")
All completed work shall be barricaded as to prevent damage. Any damaged sections shall
' be removed and replaced at the Contractor's expense.
(April 3, 2017)
' The Contractor shall request a pre-construction meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or other
pedestrian access routes to discuss construction requirements. Those attending shall
include:
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-87 2018
1
1
1. The Contractor and Subcontractor in charge of constructing forms, and placing, and 1
finishing-the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
2. Inspection
3. Traffic control '
4. Pedestrian control, access routes and delineation
5. Accommodating utilities '
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
8-14.3(5) Detectable Warning Surface
Section 8-14.3(5) is supplemented with the following: ,
The Truncated Dome Detectable Warning Surface at SW Campus Drive, Pedestrian Refuge
Islands shall be MMA-Style 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 by the 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 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 per square feet.
8-14.5 Payment
Section 8-14.5 is supplemented with the following:
"Cement Conc. Sidewalk", 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 Perpendicular", per each.
"Cement Conc. Curb Ramp Type Single Direction", per each.
"MMA-Style Truncated Dome Detectable Warning Surface", per square feet.
t
City of Federal Way RFB#18-0051
2018 NHS Preservation Project Page SP-88 2018
1
•
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.
' 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 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:
' (City of Federal Way)
Where applicable, materials shall conform to the latest requirements of the Washington
State Department of Labor and Industries and Puget Sound Energy.
8-20.1(2) Industry Codes and Standards
' (City of Federal Way)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office
Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.2(1) Equipment List And Drawings
The first paragraph is deleted and replaced with the following:
(City of Federal Way)
Within one (1) week following the pre-construction conference, the Contractor shall submit
to the Engineer a completed "Request for Approval of Materials"that describes the material
' proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-89, 2018
shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction 1
boxes,_and alf_other.ltems-to-_be_used-on-the-project,. Approvals.by ._Engineer._must he
received before material will be allowed on the job site. Materials not approved will not be
permitted on the job site.
8-20.3 Construction Requirements
8-20.3(1) General
Section 8-20.3(1) is supplemented with the following:
(aty of Federal Way)
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to remain the
property of the Contracting Agency, shall become the property of the Contractor and shall
be removed from the project.
The Contractor shall:
1. Remove all wires for discontinued circuits from the conduit system or as directed by
the Engineer.
2. Remove elbow sections of abandoned conduit entering junction boxes or as directed
by the Engineer.
3. Abandoned conduit encountered during excavation shall be removed to the nearest
outlets or as directed by the Engineer.
4. Remove foundations entirely, unless the Plans state otherwise.•
5. Backfill voids created by removal of foundations and junction boxes. Backfilling and
compaction shall be performed in accordance with Section 2-19 09.3(1)E.
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the service
cabinet, is energized within 72 hours of installation. ,
(October 31, 2005 WSDOT NWR)
Construction Core Installation 1
The Contractor shall coordinate installation of construction cores with Contracting Agency
maintenance staff through the Engineer. The Contractor shall provide written notice to the
Engineer, a minimum of seven working days in advance of proposed installation. The
Contractor shall advise the Engineer in writing when construction cores are ready to be
removed.
(May 15, 2000 WSDOT NWR
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the job site
111
without the Engineer's approval.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-90 2018
1
8-20.3(2) Excavating and Backfilling
Section 8-20.3(2) is supplemented with the following:
' (City of Federal Way)
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
I 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 Cl 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-
1 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 RFB#18-005
2018 NHS Preservation Project Page SP-91 2018
Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit '
n any_way. The.-backfill shall be thoroughly_mechanically tamped in eightinch--.(&").._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. 1
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 Accessible Pedestrian Signal and 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 I
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. '
8-20.3(5) Conduit
Section 8-20.3(5) is supplemented with the following: '
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-92 2018
1
' (City of Federal Way)
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).
I or driveways.
40 PVC may be used when not under the roadwaydrivewa s.
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
Iconduit 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
Ibe 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
ISection 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
I I approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs
shall conform to the manufacturer's recommendations. Upon installation of wiring at other
locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare
' conduit shall be plugged.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-93 2018
1
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 1
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 City of Federal Way)
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# 18-005 '
2018 NHS Preservation Project Page SP-94 2018
i
1
1 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.) Mebac1 (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 3-40.10-
01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan 3-40.30-
01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-
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 RFB#18-005
2018 NHS Preservation Project Page SP-95 2018
1
1
•
2. Junction boxes, cable vaults and pull boxes shall be installed on a level 6-inch layer 1
of crushed surfacing top course, in—accordance_ with 94)3.9(4-.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 City of Federal Way)
The following is inserted between the VI 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.
will be copper and sized for the wire. Mastik material will be centered on splice
Connectorspp
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 Cityof Federal Wa
Y)
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 City of Federal Way)
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#18-005
2018 NHS Preservation Project Page SP-96 2018
1
ISection 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 City of Federal Way)
At points where shields of shielded conductors are grounded, the shields shall be neatly
' wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department of Labor
' and Industries standards, and shall be grounded so that the ground will not break when
the lid is removed and laid on the ground next to the junction box.
' All conduits which are not galvanized steel shall have bonding wires between junction
boxes.
Ground rods shall be copper clad steel, 3/4-inch in diameter by 10-feet long, connections
shall be made with termite welds.
•
' At points where wiring shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
' Section 8-20.3(9) is supplemented with the following:
(August 21, 2006 WSDOT NWR)
Junction Box Grounding
Where shown in the Plans or where designated by the Engineer, the metal frame and lid of
existing junction boxes shall be grounded to the existing equipment grounding system. The
' existing equipment grounding system shall be derived from the service serving the raceway
system of which the existing junction box is a part.
8-20.3(14)C Induction Loop Vehicle Detectors
Section 8-20.3(14)C is modified as follows:
I
(December 18, 2009 City of Federal Way)
Items 2 and the last two sentences of Item 4 are deleted.
' (December 18, 2009 City of Federal Way)
Item no. 5 of this section is deleted and replaced with the following:
5. Each loop shall have 3 turns of loop wire.
City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-97 2018
1
•
1
(December 18, 2009 City of Federal Way) 1
Item no. 11 of this section is deleted and replaced withthe following.
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 City of Federal Way)
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 I 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 I
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#18-005
2018 NHS Preservation Project Page SP-98 2018
1
8-20.3(14)D Test for Induction Loops and Lead-in Cable
Section 8-20.3(14)D is supplemented with the following:
U (March 13, 2012 City of Federal Way)
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.
' 8-20.3(18) Pedestrian Pushbuttons
' City of Federal Way
RFB#18-005
2018 NHS Preservation Project Page SP-99 2018
1
8-20:3(18)-A _.Mals
Section 8-20.3(18)A is supplemented with the following:
The Signal Modification system shall consist of the following components:
1. Foundation, including excavation, haul, and forms
III' 2. Pole assembly and hardware
3. Pushbutton and sign assembly
4. Trenching, installation of new conduits, backfill, and surface restoration.
5. Wiring and enclosures
8-20.3(18) B Construction Requirements
Section 8-20.3(18)A is supplemented with the following:
The Contractor shall remove and replace Accessible Pedestrian Pushbuttons for the following
locations.
16th Ave S and S 344th St
1. Construct 1 new foundation and pole and install 1 new Pedestrian Push Button
(PPB) per WSDOT Standard Plan 3-20.10-02, Plan sheet A02 and Detail sheet A05.
2. Remove and dispose 1 existing Pedestrian Push button from traffic signal pole.
SW Campus Drive and 12th Ave SW Intersection
1. Construct 2 new foundations and poles and install 4 new Accessible Pedestrian
Signals (APS) per WSDOT Standard Plan 3-20.11-01, Plan Sheet B03 and Detail
sheets B14 and B15.
2. Remove and dispose 4 existing Pedestrian Pushbuttons from traffic signal poles.
SW Campus Drive and 6th Ave SW Intersection
1. Construct 2 new foundations and poles and install 4 new Accessible Pedestrian
Signals (APS) per WSDOT Standard Plan 3-20.11-01, Plan sheet B06 and Detail
Sheets B21 through B23.
2. Remove and replace 2 existing pedestrian pushbuttons at Southeast traffic signal
pole with 2 new Accessible Pedestrian Signals (APS) on two 1.5'extended arms.
3. Remove and replace 2 existing pedestrian pushbuttons at Northwest traffic signal
pole with 2 new Accessible Pedestrian Signals (APS) per Plan Sheet B06 and Detail
Sheet B20. ,
The Contractor shall provide and install accessible pedestrian pushbuttons as shown on the
plans. The position of the accessible pedestrian pushbuttons shall be aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve; however, final
positioning for the optimum effectiveness shall be approved by the Engineer.
Accessible Pedestrian Signals (APS), Extended Arm and Pedestrian Pushbutton (PPB) shall be
9
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 Plans 3-20.10- '
02, 3-20.11-01, 3-20.26-01, 3-20.15-03, and 3-21.10-04.
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Project Page SP-100 2018
1
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
111 operate at a temperature range of-35C to 85C. Power requirements shall be 120 VAC, 60 Hz
(100 ma, typical +1- 20%).
' 8-20.4 Measurement
Section 8-20.4 is supplemented with the following:
' Signal Modification — 16th Ave S and S 344th St will be measured per lump sum.
Signal Modification —SW Campus Dr and 12th Ave SW will be measured per lump sum.
Signal Modification—SW Campus Dr and 6th Ave SW will be measured per lump sum.
' Detector Loop will be measured per each.
8-20.5 Payment
Section 8-20.5 is supplemented with the following:
"Signal Modification — 16th Ave S and S 344th St", per lump sum.
"Signal Modification —SW Campus Dr and 12th Ave SW", per lump sum.
"Signal Modification —SW Campus Dr and 6th Ave SW", per lump sum.
"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.
The unit contract price per lump sum for"Signal Modification"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, and-signs on both sides
such that the installed unit is fully operational per this specifications.
I . 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:
' (City of Federal Way)
' City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-101 2018
This work shall consist of furnishing and installing permanent signing, sign removal, sigsn 1
c-elo tion,-in-aczordance-with--Plans,-Contract-Specfications,_MUTCDr-.and-the-C .of federal
Way Standard Details at the locations shown in the Plans or where designated by the I
Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner.
8-21.2 Materials
Section 8-21.2 is revised as follows:
Signing materials and fabrication of signs shall meet the requirements of Section 9-28.
Materials for sign mounting shall meet the requirements of 9-06.16 and the City of Federal
Way Standard Plans.
8-21.3 Construction Requirements 1
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 I 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.
8-21.4 Measurement
Section 8-21.4 is supplemented by the following:
R9-3A and R9-3B Sign and Post shall be measured by lump sum.
8-21. 5 Payment
Section 8-21.5 is supplemented with the following:
(City of Federal Way)
"R9-3A&R9-3B Sign and Post", per lump sum.
The unit contract priceper lumpsum for "R9-3A & R9-3B Sign and Post" will be full
compensation for the costs of all labor, tools, equipment, and materials necessary or incidental
to furnishing, installing signs and posts as shown in the Plans. '
SECTION 8-22, PAVEMENT MARKING
'
8-22.1 Description ,
Section 8-22.1 is supplemented with the following:
(December 18, 2009 City of Federal Way)
Pavement markings shall conform to the City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-01.
8-22.2 Materials ,
City of Federal Way RFB#18-005 '
2018 NHS Preservation Project Page SP-102 2018
I
' Section 8-22.2 Sentence #3 is deleted and replaced with the following:
(October 23, 2014 City of Federal Way)
' Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
' (October23, 2014 City of Federal Way)
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-
34.4.
8-22.3 Construction Requirements
8-22.3(3)E Installation
Section 8-22.3(3)G is supplemented with the following:
PP 9
Profiled Methyl Methacrylate lines shall be installed per WSDOT Standard Plans M20.20-01.
8-22.3(3)G Glass Beads
I
Section 8-22.3(3)G is supplemented with the following:
(March 13, 2012 City of Federal Way)
' 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.
1 8-22.3(6) Removal of Pavement Markings
Section 8-22.3(6) is supplemented with the following:
(City of Federal Way)
As indicated in the plans, the Contractor shall remove existing pavement markings
consisting of paint, adhesive residue, plastic and raised pavement markings.
1 8-22.4 Measurement
Section 8-22.4 is supplemented with the following:
(City of Federal Way)
Removal of Pavement Markings will be measured by lump sum.
' 8-22.5 Payment
Section 8-22.5 is modified and replaced with the following:
' (December 13, 2012 City of Federal Way)
"Paint Line", per linear foot.
"Profiled Plastic Line", per linear foot.
"Plastic Edge Line" per linear foot.
"Profiled Plastic Wide Line", per linear foot.
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-103 2018
1
1
"Plastic Crosswalk Line", per linear foot. '
"Plastic Stop-Line ,-per-linear.foot.
"Plastic Traffic Letter", per each.
"Plastic I-5 Symbol", per each.
"Plastic Traffic Arrow", per each.
"Plastic Yield Line Symbol", per each.
"Plastic Shared Lane Marking", per each. '
"Removal of Pavement Markings", per lump sum.
"Tubular Marker", 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.
8-23 TEMPORARY PAVEMENT MARKINGS
Section 8-23 is supplemented with the following:
8-23.4 Measurement
Section 8-23.4 is modified and replaced with the following:
(City of Federal Way)
Temporary Raised Pavement Markers will be measured by the hundred.
Temporary Pavement Marking will be measured by the linear foot.
Removal of Temporary Raised Pavement Markers will be measured by the hundred.
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
"Temporary Raised Pavement Markers", per hundred.
"Temporary Pavement Marking", per linear foot.
"Removal of Temporary Raised Pavement Markers", per hundred.
END OF DIVISION 8
1
I
1
I
City of Federal Way RFB# 18-005 1
2018 NHS Preservation Project Page SP-104 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
1 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 City of Federal Way)
t 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.
t .
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-105 2018
1
Motorist information and parking signing shall be constructed with Type I Glass Bead I
Retrorefieetive-Element Material sheeting--ice accordance with-Section 9-28.42 of the-Standard-
Specifications. The reflectivity standard of supplemental plaques shall match that of the primary
sign.
9-28.2 Manufacturer's Identification and Date
Section 9-28.2 is deleted and replaced with the following:
(October 23, 2014 City of Federal Way)
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 City of Federal Way) I
Maximum Dimension Blank Thickness_ I
Less than 30 inches 0.080 inches
Greater than 30 inches, less than 48 inches 0.100 inches
Greater than448 inches 0.125 inches
Section 9-28.8 is supplemented with the following: '
(January 8, 2013 City of Federal Way)
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 t
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. I
9-28.9 Fiberglass Reinforced Plastic Signs
Section 9-28.9 is deleted in its entirety. '
(December 18, 2009 City of Federal Way)
9-28.14 Sign Support Structures ,
Section 9-28.14 is supplemented with the following:
(December 18, 2009 City of Federal Way) '
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts. j
City of Federal Way RFB#18-005 '
2018 NHS Preservation Project Page SP-106 2018
' 9-28.14(1) Timber Sign Posts
Section 9-28.14(1) is supplemented with the following:
' (December 18, 2009 City of Federal Way)
All ground-mounted sign posts shall use pressure treated hem-fir wood posts unless
approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches
' below the finished ground line. Post backfill shall be compacted at several levels to minimize
settling. All posts shall be two-way plumb.
' 9-28.14(2) Steel Structures and Posts
Section 9-28.14(2) is supplemented with the following:
' (December 18, 2009 City of Federal Way)
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
Approved Manufacturers for Steel Sign Supports
PPPPo
The Standard Plans lists several steel sign support types. These supports are patented
Idevices and many are sole-source. All of the sign support types listed below are acceptable
when shown in the plans.
' Steel Sign Support Type Manufacturer
Type TP-A &TP-B Transpo Industries, Inc.
Type PL, PL-T& PL-U Northwest Pipe Co.
' Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, &ST 4 Ultimate Highway Products,
' Allied Tube &Conduit, Inc.,
Northwest Pipe, Inc.
Type SB-1, SB-2, &SB-3 Ultimate Highway Products, Xcessories
' • Squared Development and Manufacturing
Incorporated„
Northwest Pipe, Inc.
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.
I
City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-107 2018
•
1
(October 23,2814 City of
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 I
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 I
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.
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 City of Federal Way)
Lead-in cable back to the controller for pre-emtion units shall be 6TT detector 138 cable or
equivalent.
1
City of Federal Way RFB#18-005 '
2018 NHS Preservation Project Page SP-108 2018
1
1 (October 23, 2014 City of Federal Way)
9-29.3(2)1 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 City of Federal Way)
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 lb.
Standard Wall Thickness 0.237"
Outside Diameter 4.5"
Threading and deburring of the Pedestal Pole shall be in accordance with the basic dimensions
111
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.
I3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on request.
PACKAGING: Threaded end shall have protective cap to prevent thread damage. Cardboard
1 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/a'-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.
2. Upper end shall be thread-.• to - :ive-a • •ipe shaft. Base threads shall be
tapped to allow full pole e •. : t vr, TA-. reads on the pole.
' City of Federal Way 13 3r 1 g 3� RFB#18-005
2018 NHS Preservation Project 2018
1
1
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-en-the -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 14'/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:
MATERIAL: Reinforcing collar shall be three-piece cast aluminum with the minimum '
requirements:
Aluminum Alloy 713 Tensile Strength, KSI 32
1
Yield Strength, KSI 22
City of Federal Way RFB#18-005 '
2018 NHS Preservation Project Page SP-110 2018
1
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
Itwo (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 Ca screws (3) 5/16" Dia. x 3/4" Roll Pins
IFINISH: 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
Ireplacement 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 City of Federal Way)
1 The methyl methacrylate (MMA) material shall be formulated as a long-life durable
pavement marking system capable of providing a minimum of two years of continuous
performance. The material shall be a catalyzed methyl methacrylate (MMA), wet-
continuous reflective product and placed shall have a dry time (cure) to the touch of no
more than 30 minutes. The material shall be capable of retaining reflective glass beads
and ceramic micro-crystalline elements of the drop-on or spray-on type as specified by the
' manufacturer. The binder shall be lead free and suitable for bituminous and concrete
pavements.
9-34.4 Glass Beads for Pavement Marking Materials
Section 9-34.4 is supplemented with the following:
(March 13, 2012 City of Federal Way)
Methyl Methacrylate Pavement Markings Optics
Glass Beads
I City of Federal Way RFB# 18-005
2018 NHS Preservation Project Page SP-111 2018
1
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. "5"
series is a slightly finer gradation of elements compared to standard. 1
Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh Micron Standard Elements "S"Series
12 1700 80-100 85-100
14 1410 45-80 70-96
16 1180 5-40 50-90
18 1000 0-20 5-60
20 850 0-7 0-25
30 600 0-7
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of
sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into
1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not
the reverse.
The bonded core elements are surface treated to optimize embedment and adhesion to the
MMA binder. Elements treated for use with MMA shall have identification on packaging or
label to indicate use with the MMA binder.
Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by
one (1) linear foot of marking.
9
Reflectance
City of Federal Way RFB#18-005 ,
2018 NHS Preservation Page SP-112 2018
0 Project
1
1
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.
1
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
1
1
1
' City of Federal Way RFB#18-005
2018 NHS Preservation Project Page SP-113 2018
1
' APPENDIX A
FHWA 1273
1
1
I
1
FHWA-1273— Revised May 1,2012
I I REQUIRED CONTRACT PROVISIONS
FEDERAL-AID CONSTRUCTION CONTRACTS
I
I. General 3. A breach of any stipulations the std ulations contained in these
II. Nondiscrimination Required Contract Provisions may be sufficient grounds for
I
III. Nonsegregated Facilities withholding of progress payments,withholding of final
IV. Davis-Bacon and Related Act Provisions payment,termination of the contract,suspension I debarment
11
V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the
Provisions contracting agency and FHWA.
VI. Subletting or Assigning the Contract
Iwithin
VII. Safety:AccidentPrevention 4. Selection of Labor.During the performance of this contract,
VIII. FalseStatementsConcerningHighwayProjectsthe contractor shall not use convict labor for any purpose
IX. Implementation of Clean Air Act and Federal Water the limits of a construction project on a Federal-aid
Pollution Control Act highway unless it is labor performed by convicts who are on
I
X. Compliance with Govemmentwide Suspension and parole,supervised release,or probation. The term Federal-aid
Debarment Requirements highway does not include roadways functionally classified as
X!. Certification Regarding Use of Contract Funds for local roads or rural minor collectors.
Lobbying
I
ATTACHMENTS II. NONDISCRIMINATION
A.Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are
Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all
Road Contracts(included in Appalachian contracts only) related construction subcontracts of$10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
I
supply,engineering,or architectural service contracts.
I. GENERAL
In addition,the contractor and all subcontractors must comply
I 1. Form FHWA-1273 must be physically incorporated in each with the following policies:Executive Order 11246,41 CFR 60,
construction contract funded under Title 23(excluding 29 CFR 1625-1627,Title 23 USC Section 140,the
emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973,as amended(29 USC 794),Title VI
contractor(or subcontractor)must insert this form in each of the Civil Rights Act of 1964,as amended,and related
subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26 and 27;and 23 CFR
I subcontracts(excluding purchase orders,rental agreements Parts 200,230,and 633.
and other agreements for supplies or services).
The contractor and all subcontractors must comply with: the
The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60-
incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000,
order,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity
prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3.
subcontractor,lower-tier subcontractor or service provider.
Note:The U.S.Department of Labor has exclusive authority to
Form FHWA-1273 must be included in all Federal-aid design- determine compliance with Executive Order 11246 and the
build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 29
subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have
purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with
supplies or services). The design-builder shall be responsible Title 23 USC Section 140,the Rehabilitation Act of 1973,as
for compliance by any subcontractor,lower-tier subcontractor amended(29 USC 794),and Title VI of the Civil Rights Act of
or service provider. 1964,as amended,and related regulations including 49 CFR
Parts 21,26 and 27;and 23 CFR Parts 200,230,and 633.
Contracting agencies may reference Form FHWA-1273 in bid
I
proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix
Form FHWA-1273 must be physically incorporated(not A,with appropriate revisions to conform to the U.S.
referenced)in all contracts,subcontracts and lower-tier Department of Labor(US DOL)and FHWA requirements.
subcontracts(excluding purchase orders,rental agreements
and other agreements for supplies or services related to a 1.Equal Employment Opportunity:Equal employment
I construction contract). opportunity(EEO)requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
2. Subject to the applicability criteria noted in the following under laws,executive orders,rules,regulations(28 CFR 35,
sections,these contract provisions shall apply to all work 29 CFR 1630,29 CFR 1625-1627,41 CFR 60 and 49 CFR 27)
performed on the contract by the contractors own organization and orders of the Secretary of Labor as modified by the
1 and with the assistance of workers under the contractor's provisions prescribed herein,and imposed pursuant to 23
immediate superintendence and to all work performed on the U.S.C.140 shall constitute the EEO and specific affirmative
contract by piecework,station work,or by subcontract. action standards for the contractor's project activities under
I
1
this contract.The provisions of the Americans with Disabilities 4.Recruitment:When advertising for employees,the
Act of 1990(42 U.S.C.12101 et seq.)set forth under 28 CFR contractor will include in all advertisements for employees the
35 and 29 CFR 1630 are incorporated by reference in this notation:"An Equal Opportunity Employer." All such
contract.In the execution of this contract,the contractor advertisements will be placed in publications having a large
agrees to comply with the following minimum specific circulation among minorities and women in the area from
requirement activities of EEO: which the project work force would normally be derived.
a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid
the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct
good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral
of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To
of activities under the contract. meet this requirement,the contractor will identify sources of
potential minority group employees,and establish with such
b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women
following statement applicants may be referred to the contractor for employment
consideration.
"It is the policy of this Company to assure that applicants
are employed,and that employees are treated during b. In the event the contractor has a valid bargaining
employment,without regard to their race,religion,sex,color, agreement providing for exclusive hiring hall referrals,the
national origin,age or disability. Such action shall include: contractor is expected to observe the provisions of that
employment,upgrading,demotion,or transfer,recruitment or agreement to the extent that the system meets the contractor's
recruitment advertising;layoff or termination;rates of pay or compliance with EEO contract provisions. Where
other forms of compensation;and selection for training, implementation of such an agreement has the effect of
including apprenticeship,pre-apprenticeship,and/or on-the- discriminating against minorities or women,or obligates the
job training." contractor to do the same,such implementation violates
Federal nondiscrimination provisions.
2. EEO Officer:The contractor will designate and make
known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to
the responsibility for and must be capable of effectively refer minorities and women as applicants for employment.
administering and promoting an active EEO program and who Information and procedures with regard to referring such
must be assigned adequate authority and responsibility to do applicants will be discussed with employees.
so.
5.Personnel Actions:Wages,working conditions,and
3. Dissemination of Policy:All members of the contractor's employee benefits shall be established and administered,and
staff who are authorized to hire,supervise,promote,and personnel actions of every type,including hiring,upgrading,
discharge employees,or who recommend such action,or who promotion,transfer,demotion,layoff,and termination,shall be
are su%stantially involved in such action,will be made fully taken without regard to race,color,religion,sex,national
cognizant of,and will implement,the contractor's EEO policy origin,age or disability. The following procedures shall be
and contractual responsibilities to provide EEO in each grade followed:
and classification of employment. To ensure that the above
agreement will be met,the following actions will be taken as a a. The contractor will conduct periodic inspections of project
minimum: sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
a. Periodic meetings of supervisory and personnel office personnel.
employees will be conducted before the start of work and then
not less often than once every six months,at which time the b. The contractor will periodically evaluate the spread of
contractors EEO policy and its implementation will be wages paid within each classification to determine any
reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices.
the EEO Officer.
c. The contractor will periodically review selected personnel
b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of
given a thorough indoctrination by the EEO Officer,covering discrimination. Where evidence is found,the contractor will
all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the
thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed,such
corrective action shall include all affected persons.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of
contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection
women. with its obligations under this contract,will attempt to resolve
such complaints,and will take appropriate corrective action
d. Notices and posters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the
policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant,
applicants for employment and potential employees. such corrective action shall include such other persons. Upon
completion of each investigation,the contractor will inform
e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal.
implement such policy will be brought to the attention of
employees by means of meetings,employee handbooks,or 6.Training and Promotion:
other appropriate means.
a. The contractor will assist in locating,qualifying,and
increasing the skills of minorities and women who are
2
applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with
should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there
I
employees in the type of trade or job classification involved. under. Employers must provide reasonable accommodation in
au employment activities unless to do so would cause an
b. Consistent with the contractor's work force requirements undue hardship.
and as permissible under Federal and State regulations,the
I contractor shall make full use of training programs,i.e., 9.Selection of Subcontractors,Procurement of Materials
apprenticeship,and on-the-job training programs for the and Leasing of Equipment:The contractor shall not
geographical area of contract performance. In the event a discriminate on the grounds of race,color,religion,sex,
special provision for training is provided under this contract, national origin,age or disability in the selection and retention
this subparagraph will be superseded as indicated in the of subcontractors,including procurement of materials and
special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary
training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the
in accordance with 23 U.S.C.140(a). administration of this contract.
c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and
Iemployment of available training programs and entrance suppliers and lessors of their EEO obligations under this
requirements for each. contract.
d. The contractor will periodically review the training and b. The contractor will use good faith efforts to ensure
I
promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations.
women and will encourage eligible employees to apply for
such training and promotion.
10.Assurance Required by 49 CFR 26.13(b):
7.Unions:If the contractor relies in whole or in part upon
I
unions as a source of employees,the contractor will use good a. The requirements of 49 CFR Part 26 and the State
faith efforts to obtain the cooperation of such unions to DOT's U.S.DOT-approved DBE program are incorporated by
increase opportunities for minorities and women. Actions by reference.
the contractor,either directly or through a contractor's
association acting as agent,will include the procedures set b. The contractor or subcontractor shall not discriminate on
I forth below: the basis of race,color,national origin,or sex in the
performance of this contract. The contractor shall carry out
a. The contractor will use good faith efforts to develop,in applicable requirements of 49 CFR Part 26 in the award and
cooperation with the unions,joint training programs aimed administration of DOT-assisted contracts. Failure by the
toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach
in the unions and increasing the skills of minorities and women of this contract,which may result in the termination of this
so that they may qualify for higher paying employment contract or such other remedy as the contracting agency
deems appropriate.
b. The contractor will use good faith efforts to incorporate an
I
EEO clause into each union agreement to the end that such 11.Records and Reports:The contractor shall keep such
union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO
regard to their race,color,religion,sex,national origin,age or requirements. Such records shall be retained for a period of
disability. three years following the date of the final payment to the
contractor for all contract work and shall be available at
Ic. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized
practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA.
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the
information to the contractor,the contractor shall so certify to following:
the contracting agency and shall set forth what efforts have
been made to obtain such information. (1)The number and work hours of minority and non-
minority group members and women employed in each work
d. In the event the union is unable to provide the contractor classification on the project;
11 1 with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement,the contractor will, (2)The progress and efforts being made in cooperation
through independent recruitment efforts,fill the employment with unions,when applicable,to increase employment
vacancies without regard to race,color,religion,sex,national opportunities for minorities and women;and
I origin,age or disability;making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union (3)The progress and efforts being made in locating,hiring,
to provide sufficient referrals(even though it is obligated to training,qualifying,and upgrading minorities and women;
provide exclusive referrals under the terms of a collective
bargaining agreement)does not relieve the contractor from the b. The contractors and subcontractors will submit an annual
requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of
practice prevents the contractor from meeting the obligations the project,indicating the number of minority,women,and
pursuant to Executive Order 11246,as amended,and these non-minority group employees currently engaged in each work
special provisions,such contractor shall immediately notify the classification required by the contract work. This information is
contracting agency. to be reported on Form FHWA-1391. The staffing data should
represent theproject work force on board in all or anypart of
P
8. Reasonable Accommodation for Applicants I the last payroll period preceding the end of July. If on-the-job
Employees with Disabilities: The contractor must be familiar training is being required by special provision,the contractor
I
3
1
will be required to collect and report training data. The of paragraph 1.d.of this section;also,regular contributions
employment data should reflect the work forte on board during made or costs incurred for more than a weekly period(but not
all or any part of the last payroll period preceding the end of less often than quarterly)under plans,funds,or programs
July. which cover the particular weekly period,are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate
III.NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for ,
the classification of work actually performed,without regard to
This provision is applicable to all Federal-aid construction skill,except as provided in 29 CFR 5.5(a)(4).Laborers or
contracts and to all related construction subcontracts of mechanics performing work in more than one classification
$10,000 or more. may be compensated at the rate specified for each
classification for the time actually worked therein:Provided,
The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the
employees are provided in such a manner that segregation on time spent in each classification in which work is performed.
the basis of race,color,religion,sex,or national origin cannot The wage determination(including any additional classification
result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b.of this
use by written or oral policies nor tolerate such use by section)and the Davis-Bacon poster(WH-1321)shall be
employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at
to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where
services at any location,under the contractor's control,where it can be easily seen by the workers.
the facilities are segregated. The term"facilities"includes
waiting rooms,work areas,restaurants and other eating areas,
b.(1)The contracting officer shall require that any class of
time clocks,restrooms,washrooms,locker rooms,and other laborers or mechanics,including helpers,which is not listed in
storage or dressing areas,parking lots,drinking fountains, the wage determination and which is to be employed under the
recreation or entertainment areas,transportation,and housing ,
provided for employees. The contractor shall provide separate contract shall be classified in conformance with the wage
or single-user restrooms and necessary dressing or sleeping determination.The contracting officer shall approve an
areas to assure privacy between sexes. additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met
IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i)The work to be performed by the classification
requested is not performed by a classification in the wage
This section is applicable to all Federal-aid construction determination;and
projects exceeding$2,000 and to all related subcontracts and I
lower-tier subcontracts(regardless of subcontract size). The (ii)The classification is utilized in the area by the
requirements apply to all projects located within the right-of- construction industry;and
way of a roadway that is functionally classified as Federal-aid
highway. This excludes roadways functionally classified as
local roads or rural minor collectors,which are exempt. (iii)The proposed wage rate,including any bona fide '
Contracting agencies may elect to apply these requirements to fringe benefits,bears a reasonable relationship to the
other projects. wage rates contained in the wage determination.
The following provisions are from the U.S.Department of (2)If the contractor and the laborers and mechanics to be
Labor regulations in 29 CFR 5.5"Contract provisions and employed in the classification(if known),or their
related matters"with minor revisions to conform to the FHWA- representatives,and the contracting officer agree on the
1273 format and FHWA program requirements. classification and wage rate(including the amount
designated for fringe benefits where appropriate),a report of
the action taken shall be sent by the contracting officer to the
1. Minimum wages Administrator of the Wage and Hour Division,Employment
Standards Administration,U.S.Department of Labor,
a. All laborers and mechanics employed or working upon Washington,DC 20210.The Administrator,or an authorized
the site of the work,will be paid unconditionally and not less representative,will approve,modify,or disapprove every
often than once a week,and without subsequent deduction or additional classification action within 30 days of receipt and
rebate on any account(except such payroll deductions as are so advise the contracting officer or will notify the contracting
permitted by regulations issued by the Secretary of Labor officer within the 30-day period that additional time is
under the Copeland Act(29 CFR part 3)),the full amount of necessary.
wages and bona fide fringe benefits(or cash equivalents
thereof)due at time of payment computed at rates not less (3)In the event the contractor,the laborers or mechanics
than those contained in the wage determination of the to be employed in the classification or their representatives,
Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed
hereof,regardless of any contractual relationship which may classification and wage rate(including the amount
be alleged to exist between the contractor and such laborers designated for fringe benefits,where appropriate),the
and mechanics. contracting officer shall refer the questions,including the
views of all interested parties and the recommendation of the
Contributions made or costs reasonably anticipated for bona contracting officer,to the Wage and Hour Administrator for
fide fringe benefits under section 1(b)(2)of the Davis-Bacon determination.The Wage and Hour Administrator,or an
Act on behalf of laborers or mechanics are considered wages authorized representative,will issue a determination within
paid to such laborers or mechanics,subject to the provisions 30 days of receipt and so advise the contracting officer or
4
I
will notify the contracting officer within the 30-day period that Bacon Act,the contractor shall maintain records which show
additional time is necessary. that the commitment to provide such benefits is enforceable,
I
(4)The wage rate(including fringe benefits where that the plan or program is financially responsible,and that the
plan or program has been communicated in writing to the
appropriate)determined pursuant to paragraphs 1.b.(2)or laborers or mechanics affected,and records which show the
ro)ofthissecrion,shall bpaito all worphperforming costs anticipated or the actual cost incurred in providing such
work in the classification under this contract from the first benefits.Contractors employing apprentices or trainees under
'
day on which work is performed in the classification. approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs,the registration of the apprentices and
c.Whenever the minimum wage rate prescribed in the trainees,and the ratios and wage rates prescribed in the
contract for a class of laborers or mechanics includes a fringe applicable programs.
I benefit which is not expressed as an hourly rate,the contractor
shall either pay the benefit as stated in the wage determination b.(1)The contractor shall submit weekly for each week in
or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to
equivalent thereof.
I
the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
d.If the contractor does not make payments to a trustee or maintained under 29 CFR 5.5(a)(3Xi),except that full social
other third person,the contractor may consider as part of the security numbers and home addresses shall not be included
wages of any laborer or mechanic the amount of any costs on weekly transmittals.Instead the payrolls shall only need to
I
reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee
under a plan or program,Provided,That the Secretary of e.g.,the last four digits of the employee's social security
Labor has found,upon the written request of the contractor, number).The required weekly payroll information may be
that the applicable standards of the Davis-Bacon Act have submitted in any form desired.Optional Form WH-347 is
been met.The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division
Ito set aside in a separate account assets for the meeting of Web site at http://www.dol.gov/esa/whdfforms/wh347instr.htm
obligations under the plan or program. or its successor site.The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
2. Withholding Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
The contracting agency shall upon its own action or upon for transmission to the State DOT,the FHWA or the Wage and
written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an
Department of Labor,withhold or cause to be withheld from investigation or audit of compliance with prevailing wage
I the contractor under this contract,or any other Federal requirements.It is not a violation of this section for a prime
contract with the same prime contractor,or any other federally- contractor to require a subcontractor to provide addresses and
assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own
requirements,which is held by the same prime contractor,so records,without weekly submission to the contracting agency..
I
much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, (2)Each payroll submitted shall be accompanied by a
including apprentices,trainees,and helpers,employed by the "Statement of Compliance,"signed by the contractor or
contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the
required bythe contract. In the event of failure to pay
any
of the persons employed under the contract and shall
laborer or mechanic,includinganyapprentice,trainee,or
payment
PP helper,employed or working on the site of the work,all or part
of the wages required by the contract,the contracting agency certify the following:
may,after written notice to the contractor,take such action as (i)That the payroll for the payroll period contains the
may be necessary to cause the suspension of any further information required to be provided under§5.5(aX3Xii)of
I
payment,advance,or guarantee of funds until such violations
have ceased. Regulations,29 CFR part 5,the appropriate information is
being maintained under§5.5(a)(3)(i)of Regulations,29
CFR part 5,and that such information is correct and
3. Payrolls and basic records complete;
Ia. Payrolls and basic records relating thereto shall be (ii)That each laborer or mechanic(including each
maintained by the contractor during the course of the work and helper,apprentice,and trainee)employed on the contract
preserved for a period of three years thereafter for all laborers wages earned,without rebate,either directly or indirectly,
during the payroll period has been paid the full weekly
Iand mechanics working at the site of the work.Such records and that no deductions have been made either directly or
shall contain the name,address,and social security number of indirectly from the full wages earned,other than
each such worker,his or her correct classification,hourly rates permissible deductions as set forth in Regulations,29 CFR
of wages paid(including rates of contributions or costs part 3;
anticipated for bona fide fringe benefits or cash equivalents
I
thereof of the types described in section 1(b)(2XB)of the
Davis-Bacon Act),daily and weekly number of hours worked, (iii)That each laborer or mechanic has been paid not
deductions made and actual wages paid.Whenever the less than the applicable wage rates and fringe benefits or
Secretary of Labor has found under 29 CFR 5.5(a)(1 Xiv)that cash equivalents for the classification of work performed,
I
the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination
any costs reasonably anticipated in providing benefits under a incorporated into the contract.
plan or program described in section 1(b)(2)(B)of the Davis-
I
5
I
I
(3)The weekly submission of a properly executed rate specified in the applicable wage determination.
certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with I WH-347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program.If the
"Statement of Compliance"required by paragraph 3.b.(2)of apprenticeship program does not specify fringe benefits,
this section. apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
(4)The falsification of any of the above certifications may classification.If the Administrator determines that a different I
subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification,
prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination.
title 31 of the United States Code.
In the event the Office of Apprenticeship Training,Employer
I
c.The contractor or subcontractor shall make the records and Labor Services,or a State Apprenticeship Agency
required under paragraph 3.a.of this section available for recognized by the Office,withdraws approval of an
apprenticeship program,the contractor will no longer be
inspection,copying,or transcription by authorized
representatives of the contracting agency,the State DOT,the permitted o utilize apprentices wor at less thanthe applicable
FHWA, or the Department of Labor,and shall permit such predetermined rate for the work performed until an acceptable I
representatives to interview employees during working hours program is approved.
on the job.If the contractor or subcontractor fails to submit the
required records or to make them available,the FHWA may, b.Trainees(programs of the USDOL).
after written notice to the contractor,the contracting agency or
I
the State DOT,take such action as may be necessary to Except as provided in 29 CFR 5.16,trainees will not be
cause the suspension of any further payment,advance,or
guarantee of funds.Furthermore,failure to submit the required permitted to work at less than the predetermined rate for the
records upon request or to make such records available may work performed unless they are employed pursuant to and
be grounds for debarment action pursuant to 29 CFR 5.12. individually registered in a program which has received prior I
approval,evidenced by formal certification by the U.S.
Department of Labor,Employment and Training
4. Apprentices and trainees Administration.
a.Apprentices(programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be I
greater than permitted under the plan approved by the
Apprentices will be permitted to work at less than the Employment and Training Administration.
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specifiedI
apprenticeship program registered with the U.S.Department of in the approved program for the trainee's level of progress,
Labor,Employment and Training Administration,Office of expressed as a percentage of the journeyman hourly rate
Apprenticeship Training,Employer and Labor Services,or with specified in the applicable wage determination.Trainees shall
a State Apprenticeship Agency recognized by the Office,or if a be paid fringe benefits in accordance with the provisions of the
I
person is employed in his or her first 90 days of probationary trainee program.If the trainee program does not mention
employment as an apprentice in such an apprenticeship fringe benefits,trainees shall be paid the full amount of fringe
program,who is not individually registered in the program,but benefits listed on the wage determination unless the
who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that
I
Training,Employer and Labor Services or a State there is an apprenticeship program associated with the
Apprenticeship Agency(where appropriate)to be eligible for corresponding journeyman wage rate on the wage
probationary employment as an apprentice. determination which provides for less than full fringe benefits
for apprentices.Any employee listed on the payroll at a trainee
The allowable ratio of apprentices to journeymen on the job rate who is not registered and participating in a training plan I
site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall
permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate on the wage
the registered program.Any worker listed on a payroll at an Idetermination for the classificperfoa
tion workof work the jobb performed.
in
apprentice wage rate,who is not registered or otherwise excessaddition,
o the any traineeo permitted m d g gn the siten a
employed as stated above,shall be paid not less than the of ratio under the registered program I
applicable wage rate on the wage determination for the shall be paid not less than the applicable wage rate on the
classification of work actually performed.In addition,any wage determination for the work actually performed.
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration
I
less than the applicable wage rate on the wage determination withdraws approval of a training program,the contractor will no
for the work actually performed.Where a contractor is longer be permitted to utilize trainees at less than the
performing construction on a project in a locality other than applicable predetermined rate for the work performed until an
that in which its program is registered,the ratios and wage acceptable program is approved.
I
rates(expressed in percentages of the journeyman's hourly
rate)specified in the contractor's or subcontractor's registered employment c.Equal
program shall be observed. P yment opportunity.The utilization of
apprentices,trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
Every apprentice must be paid at not less than the rate requirements of Executive Order 11246,as amended,and 29
I
specified in the registered program for the apprentice's level of CFR part 30.
progress,expressed as a percentage of the journeymen hourly
6
•
1
I
I
d. Apprentices and Trainees(programs of the U.S.DOT).
I Apprentices and trainees working under apprenticeship and' V. CONTRACT WORK HOURS AND SAFETY
skill training programs which have been certified by the STANDARDS ACT
Secretary of Transportation as promoting EEO in connection
with Federal-aid highway construction programs are not The following clauses apply to any Federal-aid construction
I subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of$100,000 and subject to the
The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety
trainees under such programs will be established by the Standards Act.These clauses shall be inserted in addition to
particular programs.The ratio of apprentices and trainees to the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As
journeymen shall not be greater than permitted by the terms of used in this paragraph,the terms laborers and mechanics
Ithe particular program. include watchmen and guards.
5.Compliance with Copeland Act requirements. The 1.Overtime requirements. No contractor or subcontractor
contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require
I
3,which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
6.Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to
Form FHWA-1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such
I subcontractors to include Form FHWA-1273 in any lower tier laborer or mechanic receives compensation at a rate not less
subcontracts.The prime contractor shall be responsible for the than one and one-half times the basic rate of pay for all hours
compliance by any subcontractor or lower tier subcontractor worked in excess of forty hours in such workweek.
with all the contract clauses in 29 CFR 5.5.
I
2.Violation;liability for unpaid wages;liquidated
7.Contract termination:debarment A breach of the damages. In the event of any violation of the clause set forth
contract clauses in 29 CFR 5.5 may be grounds for termination in paragraph(1.)of this section,the contractor and any
of the contract,and for debarment as a contractor and a subcontractor responsible therefor shall be liable for the
subcontractor as provided in 29 CFR 5.12. unpaid wages.In addition,such contractor and subcontractor
I shall be liable to the United States(in the case of work done
under contract for the District of Columbia or a territory,to such
8.Compliance with Davis-Bacon and Related Act District or to such territory),for liquidated damages.Such
requirements. All rulings and interpretations of the Davis- liquidated damages shall be computed with respect to each
Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 individual laborer or mechanic,including watchmen and
I
are herein incorporated by reference in this contract. guards,employed in violation of the clause set forth in
paragraph(1.)of this section,in the sum of$10 for each
9.Disputes concerning labor standards.Disputes arising calendar day on which such individual was required or
out of the labor standards provisions of this contract shall not Permitted to work in excess of the standard workweek of forty
I
be subject to the general disputes clause of this contract.Such hours without payment of the overtime wages required by the
disputes shall be resolved in accordance with the procedures clause set forth in paragraph(1.)of this section.
of the Department of Labor set forth in 29 CFR parts 5,6,and
7.Disputes within the meaning of this clause include disputes 3.Withholding for unpaid wages and liquidated damages.
between the contractor(or any of its subcontractors)and the The FHWA or the contacting agency shall upon its own action
I contracting agency,the U.S.Department of Labor,or the or upon written request of an authorized representative of the
employees or their representatives. Department of Labor withhold or cause to be withheld,from
any moneys payable on account of work performed by the
10.Certification of ell rbili contractor or subcontractor under any such contract or any
I
g ty' other Federal contract with the same prime contractor,or any
other federally-assisted contract subject to the Contract Work
a.By entering into this contract,the contractor certifies that Hours and Safety Standards Act,which is held by the same
neither it(nor he or she)nor any person or firm who has an prime contractor,such sums as may be determined to be
interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or
I be awarded Government contracts by virtue of section 3(a)of subcontractor for unpaid wages and liquidated damages as
the Davis-Bacon Act or 29 CFR 5.12(a)(1). provided in the clause set forth in paragraph(2.)of this
section.
b.No part of this contract shall be subcontracted to any person
I or firm ineligible for award of a Government contract by virtue 4.Subcontracts. The contractor or subcontractor shall insert
of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). in any subcontracts the clauses set forth in paragraph(1.)
through(4.)of this section and also a clause requiring the
c.The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier
oU.S.C.1001. subcontracts.The prime contractor shall be responsible for
I U.S.Criminal
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs(1.)through(4.)of this
• section.
I
I
I 7
I
I
evidenced in writing and that it contains all pertinent provisions
VI.SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract.
This provision is applicable to all Federal-aid construction 5.The 30%self-performance requirement of paragraph(1)is
contracts on the National Highway System. not applicable to design-build contracts;however,contracting
agencies may establish their own self-performance
I
1.The contractor shall perform with its own organization requirements.
contract work amounting to not less than 30 percent(or a
greater percentage if specified elsewhere in the contract)of
the total original contract price,excluding any specialty items VII.SAFETY:ACCIDENT PREVENTION
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such T h i s p r o v i s i o n i s applicable to all Federal-aid
specialty items performed may be deducted from the total construction contracts and to all related subcontracts.
original contract price before computing the amount of work
required to be performed by the contractor's own organization 1. In the performance of this contract the contractor shall
(23 CFR 635.116). comply with all applicable Federal,State,and focal laws
governing safety,health,and sanitation(23 CFR 635).The
a. The term"perform work with its own organization"refers contractor shalt provide all safeguards,safety devices and
to workers employed or leased by the prime contractor,and protective equipment and take any other needed actions as it
equipment owned or rented by the prime contractor,with or determines,or as the contracting officer may determine,to be
I
without operators. Such term does not include employees or reasonably necessary to protect the life and health of
equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to
agents of the prime contractor,or any other assignees. The protect property in connection with the performance of the
term may include payments for the costs of hiring leased work covered by the contract.
employees from an employee leasing firm meeting all relevant
I
Federal and State regulatory requirements. Leased 2. It is a condition of this contract,and shall be made a
employees may only be included in this term if the prime condition of each subcontract,which the contractor enters into
contractor meets all of the following conditions: pursuant to this contract,that the contractor and any
subcontractor shall not permit any employee,in performance
(1)the prime contractor maintains control over the of the contract,to work in surroundings or under conditions
supervision of the day-to-day activities of the leased which are unsanitary,hazardous or dangerous to his/her
employees; health or safety,as determined under construction safety and
(2)the prime contractor remains responsible for the quality health standards(29 CfR 1926)promulgated by the Secretary
of the work of the leased employees; of Labor,in accordance with Section 107 of the Contract Work
I
(3)the prime contractor retains all power to accept or Hours and Safety Standards Act(40 U.S.C.3704).
exclude individual employees from work on the project;and
(4)the prime contractor remains ultimately responsible for 3.Pursuant to 29 CFR 1926.3,it is a condition of this contract
the payment of predetermined minimum wages,the that the Secretary of Labor or authorized representative
submission of payrolls,statements of compliance and all thereof,shall have right of entry to any site of contract I other Federal regulatory requirements. performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
b."Specialty Items"shall be construed to be limited to work out the duties of the Secretary under Section 107 of the
that requires highly specialized knowledge,abilities,or Contract Work Hours and Safety Standards Act(40
equipment not ordinarily available in the type of contracting U.S.C.3704).
I
organizations qualified and expected to bid or propose on the
contract as a whole and in general are to be limited to minor
components of the overall contract. VIII.FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
I
2.The contract amount upon which the requirements set forth
in paragraph(1)of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to all Federal-aid
material and manufactured products which are to be construction contracts and to all related subcontracts.
purchased or produced by the contractor under the contract
provisions. In order to assure high quality and durable construction in
I
conformity with approved plans and specifications and a high
3.The contractor shall furnish(a)a competent superintendent degree of reliability on statements and representations made
or supervisor who is employed by the firm,has full authority to by engineers,contractors,suppliers,and workers on Federal-
direct performance of the work in accordance with the contract aid highway projects,it is essential that all persons concerned
requirements,and is in charge of all construction operations with the project perform their functions as carefully,thoroughly,
I
(regardless of who performs the work)and(b)such other of its and honestly as possible. Willful falsification,distortion,or
own organizational resources(supervision,management,and misrepresentation with respect to any facts related to the
engineering services)as the contracting officer determines is project is a violation of Federal law. To prevent any
necessary to assure the performance of the contract misunderstanding regarding the seriousness of these and
similar acts,Form FHWA-1022 shall be posted on each
I
4.No portion of the contract shall be sublet,assigned or Federal-aid highway project(23 CFR 635)in one or more
otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned
contracting officer,or authorized representative,and such with the project:
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the 18 U.S.C. 1020 reads as follows: 111
contracting agency has assured that each subcontract is
I
8
1
I
I
"Whoever,being an officer,agent,or employee of the United covered transaction.The prospective first tier participant shall
States,or of any State or Territory,or whoever,whether a submit an explanation of why it cannot provide the certification
I
person,association,firm,or corporation,knowingly makes any set out below.The certification or explanation will be
false statement,false representation,or false report as to the considered in connection with the department or agency's
character,quality,quantity,or cost of the material used or to determination whether to enter into this transaction.However,
be used,or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a
be performed,or the cost thereof in connection with the certification or an explanation shall disqualify such a person
I submission of plans,maps,specifications,contracts,or costs from participation in this transaction.
of construction on any highway or related project submitted for
approval to the Secretary of Transportation;or c.The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
representation,Whoever knowingly makes any false statement,false agency determined to enter into this transaction.If it is later
false report or false claim with respect to the determined that the prospective participant knowingly rendered
character,quality,quantity,or cost of any work performed or to an erroneous certification,in addition to other remedies
be performed,or materials furnished or to be furnished,in available to the Federal Government,the contracting agency
I
connection with the construction of any highway or related may terminate this transaction for cause of default.
project approved by the Secretary of Transportation;or
d.The prospective first tier participant shall provide
Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom
representation as to material fact in any statement,certificate, this proposal is submitted if any time the prospective first tier
I
or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when
Roads Act approved July 1,1916,(39 Stat.355),as amended submitted or has become erroneous by reason of changed
and supplemented; circumstances.
Shall be fined under this title or imprisoned not more than 5 e.The terms"covered transaction,""debarred,"
years or both." "suspended,""ineligible,""participant,"'person," "principal,"
and"voluntarily excluded,"as used in this clause,are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions"refers to any covered transaction between a
WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant(such
I
as the prime or general contract). "Lower Tier Covered
This provision is applicable to all Federal-aid construction Transactions"refers to any covered transaction under a First
contracts and to all related subcontracts. Tier Covered Transaction(such as subcontracts). "First Tier
Participant"refers to the participant who has entered into a
' By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal
contract,or subcontract,as appropriate,the bidder,proposer, funds(such as the prime or general contractor). "Lower Tier
Federal-aid construction contractor,or subcontractor,as Participant"refers any participant who has entered into a
appropriate,will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower
Tier Participants(such as subcontractors and suppliers).
I
1.That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an f.The prospective first tier participant agrees by submitting
award due to a violation of Section 508 of the Clean Water Act this proposal that,should the proposed covered transaction be
or Section 306 of the Clean Air Act. entered into,it shall not knowingly enter into any lower tier
2.That the contractor agrees to include or cause to be covered transaction with a person who is debarred,
Iincluded the requirements of paragraph(1)of this Section X in suspended,declared ineligible,or voluntarily excluded from
every subcontract,and further agrees to take such action as participation in this covered transaction,unless authorized by
the contracting agency may direct as a means of enforcing the department or agency entering into this transaction.
such requirements.
g.The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment,Suspension,Ineligibility
SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions,"
EXCLUSION provided by the department or contracting agency,entering
into this covered transaction,without modification,in all lower
This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier
contracts,design-build contracts,subcontracts,lower-tier covered transactions exceeding the$25,000 threshold.
subcontracts,purchase orders,lease agreements,consultant
contracts or any other covered transaction requiring FHWA h.A participant in a covered transaction may rely upon a
' approval or that is estimated to cost$25,000 or more— as certification of a prospective participant in a lower tier covered
defined in 2 CFR Parts 180 and 1200. transaction that is not debarred,suspended,ineligible,or
voluntarily excluded from the covered transaction,unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
1.Instructions for Certification—First Tier Participants: responsible
or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals,as well as
a.By signing and submitting this proposal,the prospective the eligibility of any lower tier prospective participants,each
first tier participant is providing the certification set out below. participant may,but is not required to,check the Excluded
Ib.
Parties List System website(httos://www.epis.aov/),which is
The inability of a person to provide the certification set out compiled by the General Services Administration.
below will not necessarily result in denial of participation in this
1
I 9
I
I
i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies,
require the establishment of a system of records in order to including suspension and/or debarment.
I
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant c.The prospective lower tier participant shall provide
is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is
a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant I learns that its certification was erroneous by reason of
j.Except for transactions authorized under paragraph(f)of changed circumstances.
these instructions,if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a d.The terms"covered transaction,""debarred,"
person who is suspended,debarred,ineligible,or voluntarily "suspended,""ineligible,""participant,""person,""principal," I excluded from participation in this transaction,in addition to and"voluntarily excluded,"as used in this clause,are defined
other remedies available to the Federal Government,the in 2 CFR Parts 180 and 1200. You may contact the person to
department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a
or default. copy of those regulations. "First Tier Covered Transactions"
refers to any covered transaction between a grantee or
I
subgrantee of Federal funds and a participant(such as the
prime or general contract). "Lower tier Covered Transactions"
2. Certification Regarding Debarment,Suspension, refers to any covered transaction under a First Tier Covered
Ineligibility and Voluntary Exclusion—First Tier Transaction(such as subcontracts). "First Tier Participant"
I
Participants: refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier
its knowledge and belief,that it and its principals: Participant"refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
(1) Are not presently debarred,suspended,proposed for Tier Participants(such as subcontractors and suppliers).
debarment,declared ineligible,or voluntarily excluded from 111
participating in covered transactions by any Federal e.The prospective lower tier participant agrees by
department or agency; submitting this proposal that,should the proposed covered
transaction be entered into,it shalt not knowingly enter into
I
(2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is
proposal been convicted of or had a civil judgment rendered debarred,suspended,declared ineligible,or voluntarily
against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction,unless
connection with obtaining,attempting to obtain,or performing authorized by the department or agency with which this
a public(Federal,State or local)transaction or contract under transaction originated.
a public transaction;violation of Federal or State antitrust
statutes or commission of embezzlement,theft,forgery, f.The prospective lower tier participant further agrees by
bribery,falsification or destruction of records,making false submitting this proposal that it will include this clause titled
statements,or receiving stolen property; "Certification Regarding Debarment,Suspension,Ineligibility I and Voluntary Exclusion-Lower Tier Covered Transaction,"
(3) Are not presently indicted for or otherwise criminally or without modification,in all lower tier covered transactions and
civilly charged by a governmental entity(Federal,State or in all solicitations for lower tier covered transactions exceeding
local)with commission of any of the offenses enumerated in the$25,000 threshold.
paragraph(aX2)of this certification;and
I
g.A participant in a covered transaction may rely upon a
(4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered
application/proposal had one or more public transactions transaction that is not debarred,suspended,ineligible,or
(Federal,State or local)terminated for cause or default. voluntarily excluded from the covered transaction,unless it
knows that the certification is erroneous.A participant is
b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended,
any of the statements in this certification,such prospective debarred,or otherwise ineligible to participate in covered
participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals,as well as
the eligibility of any lower tier prospective participants,each
2.Instructions for Certification-Lower Tier Participants: participant may,but is not required to,check the Excluded
Parties List System website(httos://www.eols.aov/),which is
(Applicable to all subcontracts,purchase orders and other compiled by the General Services Administration.
lower tier transactions requiring prior FHWA approval or
estimated to cost$25,000 or more-2 CFR Parts 180 and h.Nothing contained in the foregoing shall be construed to
I
1200) require establishment of a system of records in order to render
in good faith the certification required by this clause.The
a.By signing and submitting this proposal,the prospective knowledge and information of participant is not required to
lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person
I
in the ordinary course of business dealings.
b.The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction i.Except for transactions authorized under paragraph e of
was entered into.If it is later determined that the prospective these instructions,if a participant in a covered transaction
lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a I certification,in addition to other remedies available to the person who is suspended,debarred,ineligible,or voluntarily
Federal Government,the department,or agency with which excluded from participation in this transaction,in addition to
other remedies available to the Federal Government,the
I
10 I
I
I
department or agency with which this transaction originated
may pursue available remedies,including suspension and/or
Idebarment.
Certification Regarding Debarment,Suspension,
I
Ineligibility and Voluntary Exclusion—Lower Tier
Participants:
1.The prospective lower tier participant certifies,by
I submission of this pros osal,that neither it nor its principals is
presently debarred,suspended,proposed for debarment,
declared ineligible,or voluntarily excluded from participating in
covered transactions by any Federal department or agency.
I 2.Where the prospective lower tier participant is unable to
certify to any of the statements in this certification,such
prospective participant shall attach an explanation to this
proposal. .
Xl.CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
I This provision is applicable to all Federal-aid construction
contracts and to all related subcontracts which exceed
$100,000(49 CFR 20).
I 1.The prospective participant certifies,by signing and
submitting this bid or proposal,to the best of his or her
knowledge and belief,that:
I a.No Federal appropriated funds have been paid or will be
paid,by or on behalf of the undersigned,to any person for
influencing or attempting to influence an officer or employee of
any Federal agency,a Member of Congress,an officer or
employee of Congress,or an employee of a Member of
I
Congress in connection with the awarding of any Federal
contract,the making of any Federal grant,the making of any
Federal loan,the entering into of any cooperative agreement,
and the extension,continuation,renewal,amendment,or
modification of any Federal contract,grant,loan,or
Icooperative agreement.
b.If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
I attempting to influence an officer or employee of any Federal
agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in
connection with this Federal contract,grant,loan,or
cooperative agreement,the undersigned shall complete and
I submit Standard Form-LLL,"Disclosure Form to Report
Lobbying,"in accordance with its instructions.
2.This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
' entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C.1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than
$10,000 and not more than$100,000 for each such failure.
I
3.The prospective participant also agrees by submitting its
bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
I subcontracts,which exceed$100,000 and that all such
recipients shall certify and disclose accordingly.
1
I
11
1
ATTACHMENT A-EMPLOYMENT AND MATERIALS 6.The contractor shall include the provisions of Sections 1
PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is,or reasonably may be,done as on-site work.
ROAD CONTRACTS
This provision is applicable to all Federal-aid projects funded
under the Appalachian Regional Development Act of 1965.
1.During the performance of this contract,the contractor
undertaking to do work which is,or reasonably may be,done
as on-site work,shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL •
wherein the contract work is situated,or the subregion,or the
Appalachian counties of the State wherein the contract work is
situated,except:
a.To the extent that qualified persons regularly residing in
the area are not available.
b.For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c.For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract,provided that the number of nonresident
persons employed under this subparagraph(1c)shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work,except as provided in
subparagraph(4)below.
2.The contractor shall place a job order with the State
Employment Service indicating(a)the classifications of the
laborers,mechanics and other employees required to perform
the contract work,(b)the number of employees required in
each classification,(c)the date on which the participant
estimates such employees will be required,and(d)any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work,the
information submitted by the contractor in the original job order
is substantially modified,the participant shall promptly notify
the State Employment Service.
3.The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who,in his opinion,are not qualified to
perform the classification of work required.
4.If,within one week following the placing of a job order by
the contractor with the State Employment Service,the State
Employment Service is unable to refer any qualified job
applicants to the contractor,or less than the number
requested,the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate,the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate,notwithstanding the provisions of subparagraph(1c)
above.
5. The provisions of 23 CFR 633.207(e)allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region. i
12
APPENDIX B
STANDARD PLANS AND DETAILS
1
1
1
1
1
1
1
1
1
1
1
1
UM 1111111 BIN MI MI MI 11111 Nil Ell En NIB 11111 MIN 111111 MN 11111 NM 1111 MI
NOTES
1. SIGN TO BE CONSTRUCTED OF 3/4" MARINE GRADE PLYWOOD
2 SIGN TO BE SEALED ON ALL SIDES WITH MARINE GRADE ENAMEL (WHITE).
3. PROVIDE 4"x 4" POSTS, PRESSURE TREATED, SITE CONDITIONS MAY REQUIRE
DIFFERENT POST LENGTHS TO KEEP SIGN A PROPER DISTANCE ABOVE PREVAILING
GRADE TO PERMIT PUBLIC VIEWING
0.-C-
/ .. 0.5" BORDER
T
(FEDERAL WAY DARK BLUE)
4
---41 CITY OF
LOGO PROVIDED '
BY THE CITY Federal Wayl H-
I F0.75"
1 1-4"
BLACK
PUBLIC WORKS DEPARTMENT I
/835 — 270T1
, -FEDERAL WAY DARK BLUE
WHITE TEXT ON-
SOLID FEDERAL WAY 2-6"
LIGHT BLUE - - - A m _..1 n\
2018 \ S PR - S - R f iu \ 4"
PR0 J ____ CI
I
2.5"------ ---
YOUR CITY AT WOR < FOR YOU
I i
0-25" 0-5"
I 1_
1.251 I 15 BLACK-\\
I - FUNDED BY: NHS $1.6 Million — CITY FUNDS $556,000
r0,75,.
PROJECT PARTNERS:
EST. COMPLETION DATE: OCTOBER 31, 20181 C r0 75"
11 ri-j- OWNER: CITY OF FEDERAL WAY
www. Ityoffederalwoy.com
i \ CONTRACTOR: XYZ CONTRACTORS .
[ ' i
•. 1.4.
1,25"1 4" 1
-BLACK BLACK
---C-6"- .
— INN IIIIIIII IMO NIB NIB NM MN 1111111 NMI MIN =II MIN MIN NM IIIIII MIN all MIS
IIMIIIIMMINIMMIMINIMMIMINIIIIIIIIMIMMIIIMOMIIIIIIIMMIIIIMINAMIIIMMIMININIMI101mINIMININIMM .
IMMINIMMININI~Ill
£-£
HSINId m1vm3ais ONV smom Am ‘ j
`ON'ow siNior etino ONY wwmaais pnend swam
1.1.111.1.11.10•11.111•N
iliwkelmilmlimmil
/maim A313
d18IS 831NVld
ONV )11VM301S—7
*T. 310N 33S
ear* at N1VM301S ONV oano
r 310N 33S
w1vm3ais ONV 8ano— <,,,,,,,..„ /-- IN30VrOV H108 NI attar NOISNVdX3 011144110.
)11VM301S
H108 NI INIOr NOISNVdX3 ,,A0
400,0/
..• *
...•. .:•','..• ,
• .Iee4'
. •.... •... • .,..„ .,,
',.
imor ONO1SNVdX3 H1d30-110.3 '. ' • . . .
. „
e.„
,7'.'" . . . • , „
, .
•
-<',, ''' ,.. '''' ''• -'N' 831100 aNv ear*
8311no ONV sano 31380N00
' .;•°-
(dA.I.) 83131N183d (3313MM (dAl) Z:1313r1183d 0313M081
HIOONIS '301M S 14100144S '301M „£
(6A!) 14SINLI 031t40088 (814) HSIN14 031'40088 •
V-V N0u.D35"
_
3 iSO .Z
,Asb.
V V •a3M011V 10N NV )11VM301S (INV 8an3 JO S800d 01H1110NOIN 'I
mar NOISNVdX3 —
.(£041 OIHSVV) 0660 10+11SV JO
-
I :310N ns SIN3V13810038 3141 01 11804140D 11VHS 1V183IVIN imor NOISNVdX3 'S
I _
.>nvm3als IN30VrOV
1
013 '5310d •SINVMOAH 7,13-1. ONV eano 31•11 N33M138 1-11d30-1103 03Orld 38 11vHS 1V1831VVY
1 S3A1VA aN(1oav -I .' • .. INIOr 03010r1-38d „9/£ JO ONIISISNO0 INIOr NOISNVdX3 NV 'S
11004 3N0 'imor . • ^ .)muois
NOISNVdX3 H1d30-110.3 " ' • •f''• • t 'SI NICW NOISNVdX3
1 :1 31-11 01 31'001%131Ni 'S1V/1831N1 1004 S IV >41VM3OIS 3141 NI 30%11
38 11VHS S3A0080—.A, HONI—p/L 30 ONI1SISNO0 'S>RIVIN 1001 1.
I
t / 3A0080 '1-,3H1Cd3r141. 'd18iS
1 %/ 1431 IV 5310N 33S 83INVld V A8 031V8Vd3S 80 eano 3141 01 IN33VPOV Si N1VM3OIS
3141 831413HM '831100 ONV eano 31-11 NI SAO3H1 HOIVIN
\ /
imor NOISNVdX3 ---——- 01 SV OS 03.1V001 38 11VHS X1VM30IS N1 simor NOISNVdX3 'c
1 /
1
\ le / T-- I I I „Z 40 0311 NI 03S(1 38 Awl 1-11d30 AZ JO 1V1831V11 mar) •SI,31N1
30VNIV80 JO S3OIS IV ONV S1VA831N1 1004 01 IV S>C1V'(HM13d031Sa
ONV seano Jo S31-10N1 Z 83dd0 3141 NI 030Vld 38 11VHS 1V1831V01
/ I I 1 I I 0
0 c INIOr 0301011-3Nd .8/£ JO ONIISISNO3 imor NOISNVdX3 NV 'Z
',. • 1 1 1 1 I z zi
0 CO '14018 IV 11V130 33S 'SONIISVD Aill1111 ONV 'SISOd
''' • • • I 1. _.1 t. .--..----..-.....-- ITI 73
.•......... . . . .7=7' . . . . . . . . . . . • • • • 'S3•10d 'SINV80AH ON008V 1-11(130 1104 030Vld 38 11VHS 1V1831VIN
. . . . . . . . . . . dII1S -*':i k imor 03010r4-38d „9/£ 40 ONIISISNO0 INIOf NOISNVdX3 NV *1
*- ' • ' ' • • • " " • ' • • ' • ^ " • "
-- ' -0
--_, ...ii_—,--- ——
-- :S3ION
--.........—L.--- . —.I--
IIIIIII M ' NM IIIIIII IIIIII MI IIIIIII N MN MI MI NM IIIIII MN UN i MI MI
.0,---1 1 1/2"R 3
�(TYP) W 2.-0..
72 3P,4"R '
(n
3" R 10"
I [(TYP)
004
(3/B,) , _1 W I j
nP Y."(NP) o
______ ____________
^ 5
. .02 FT.M.•
"
I ".-5-
I -
• TO CONFORM TO CROWN
12 746" OR 1146SLOPE OR 0.02 FT./FT.
SECTION ELEVATION MOUNTABLE CEMENT CONCRETE CURBS
F b" EXPANSION JOINT
% 5•
7- 7:-%
i0
/ r I 0.02 FT./FT.
0.05 FT./FT.2 �.0.„1111111M/ s. , -
N
i
•
1 CEMENT CONCRETE
to
% • t• •. •• .• SIDEWALK
i
1 2" CRUSHED SURFACING
TOP COURSE (CSTC)
ISOMETRIC 1'-g"
*NOTE: TOP OF LIP AT DRIVEWAYS.
TYPE 'C' BLOCK TRAFFIC CURB NEW CEMENT CONCRETE CURB & GUTTER
5 1/2" R - 1/2"
NOTES:
1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT TID N et•
2. ROLL GUTTER TO MATCH POSITNE SUPERELEVATION. to
3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT.
TOP OF CURB
AT APPROACH
L 7 3/4"
CEMENT CONCRETE BARRIER CURB
REV:FEB 201Y
ci,WV GM PUBLIC DWG. NO.
Federa0 Way WORKS CURB DETAILS 3-4
111111 111111 111111 111111 111111 111111 111111 111111 111111 11111/ 11111/ 11111/ 11111 11111/ 11111/ 11111/ 11111/ 11111/ 11111/
11M
vtrE etino a3antux3 (INV .
sNelom Seffi,ie.lapecg
'ON 'OMC] 1,N3111133V1d3U NaLino aNY sun° nend OD A/c113
ZiOZ 118e1V
AVM JO 1HOld onand NI 3sn 803
seino 31380NO3 1N31^130 030n81X3
'AVM AO MOW NI 3S11 803 03A0tIdelV
38 ION 11VHS 8V1339
IO AX0d3 VIA 38 11V1-18 30V1101-IDNV
•NE in in
53INVA
SAWA3NN0 IV di, 40 d01 3 un o JO 33V3 IN08.4 • L JO VgniNINIIN V 11VHdSV JO
1VA00138 381n038 11IM 1N3It4nV1d38 amp ONI1SIX3 `
:S310N
„s „z/t r
NIfl
.9 .01
A1N0 SVRIV ONIA8VcI 31VAI8d NI
1N3030V1d38 83.u.no ganD 3138DNOO 1N3113D
sedno 31380N00 1N3V43D 11VHdSV 030n8.1X3
•
'8V8.38 NO '2ivili0n 'Ax0d3
VIA 38 .I.V11 3'3'0101-IOW
%SD „Z ?JO)
9 SSv1
dDV 0 - Fined '111Ad DNIISIX3
'W.71,91.1111111111111
111111.1111.11111.11.11
N1111111111111111 S3INVA
91 I ‘.03 — H
, ••
SAVIA3A180 IV ell 30 d0/*
' •
enimo ONV eano
.N114 „Z1
.8 72/1 r
'NM
.01
IIIIII MI IIIIIII NM MO MI INN Mill IIIIIII IIIIII Mill Mil ilill an IIIIII IIIN aill 1.11 MI
0,
Eato- ,,,....---------------'
I f9
_,.,
#3 REBAR-REQUIRED ONLY IN TANGENT
.7.'
1"(IN)R. r(IN)R. BLOCK,WHEN LENGTH EXCEEDS 30"(IN)
(11/2(IN)CLR.BOTH ENDS)-SEE
SrilliTANDARO SPECIFICATION 957
TOP VIEW
INSIDE CORNER BLOCK 2"(IN)R
lo
Q. 5
--
.g.
j
2i1I4
12" ISOMETRIC VIEW
TYPICAL OF ALL TANGENT BLOCK
END VIEW
TOP VIEW
OUTSIDE CORNER BLOCK
4p9 04 WA% Lb
s, ‘,
23" INSIDE CORNER BLOCK 18"(IN)RADIUS BLOCK
r
''',ep °GI sTS* •
„AG
J.J./0/VAL b'
, R
,
14'
,
Bakotich,Pox°' '
, .414gin._Apr 22 2014 9 18 AM
18”(IN)
R
PRECAST SLOPED l Ao
48" Q) _14P MOUNTABLE CURB
OUTSIDE CORNER BLOCK 30"(IN)RADIUS BLOCK
ISOMETRIC VIEWS STANDARD PLAN F-10.62-02
/ 1
SHEET 1 OF 2 SHEETS
APPROVFO FOR PUBLICATION
TOP VIEW TOP VIEW INkotRit 1,-1.
ii,...Bybk, Awn 20144 IS AM
18"RADIUS BLOCK 30"RADIUS BLOCK STAIE DONN ENOINEER '
alilb.
ffipWashington Stolo Daporimant of Tronsportaiton
i r s — — N i M — r — N M i MN NM 1 r 11111
........Lie,..........‘.16.44.4.%L
1133NIDN3 N61330 MI6 NO018 sniava..0E HOO18 SfI0va..BL
NS PI.6 HOZ Z[.NV' '.77? M3IA dOl /MIA 401
N'P'w1nN
NOUVOnend aoa u4nuaddr SM3IA 0121i3V1091
T 7
S133HS Z401.133H3
ZO-Z9.01•d NV'7d OUVUNV1S �/
)foals snlava NO�e kJ018 aaNaoa 3alpino
Sana moviN110w •
a9d09S A.SV331bda
,,yr_. J,,,, (NU.81 _
WH AIN 4102 ZZ.AV"'�'�FI ' ��bl
DJ6P.1'NJIIO�P.fl 0 („:1„.4.,..,,-.7...<..,:..1...
oyg 10 .,FZ
n'
Z`tSfbZ'fid' 'ea \ /
ter.fts1, d
MOMS sniav (Nt1..91 )10018113NNO3 301SNI y
5
0
p Jnsvn 0 CS-7 �
gNd ;H3ty /
c
)430113)13N1103 3171S1f10
MRIA d01
1
\\... .
1
M31A ON3
11V JO 1VOIdAl N
)400181N3ONV1 _ _
Malik slal3wosl
zl
N
fi _ ,
\ k
)O039113Na0O
1
01SNI
a(Nz 77/„.________..4.. .. .. .. .. � M31A d01
3L00 NOI1vO1d1J3dB OHYGNY14t
38-(SON3 H108 1110 WI)ZR 0 J(NI)..OE 80330)(3 H10N31N3HM hOOlfl 'a(N ., - 'a(NI)„!
-\\s:\\\ -
1N30NY1.NI A1NO 038If1038-2Po93H SB
N
g...
L
gi
/ A
,•-'. ;
I
1 Cement Conc.
Barrier Curb
See Detail A, below (Typ.) (Typ.)
I 3"Shiner -.el 6' .►-.e 6' Ramp
Saw cut'Match Line'
(TYP-) (TYP.)
\iii,
ISidewalk 12:1 1 N 12:1
Sidewalk
I 00000000000000000
Plante s,I��'ti� oo°Oo°o°o°000°°°o°o°o°o°o°000°o°0 2' �j it Planter
• .4:•j 00000000000000000
tit.
t Curb/Gutter
'''*----f Curb/Gutter
Dummy Joint C
1Center of DETECTABLE WARNING
PATTERN (SEE DETAIL) Dummy Joint
Wheel Chair Ramp
1 -. as Marked in Field. 18, Min.
25' Max. dim-
I
Cement Conc. 0.35'±
III
Barrier Curb 00111111111.111111.111"- -41111111164100',
_.„.0•11001.11.11.1.11.11.1-11110100
DETECTABLE WARNING Top of Curb Flush
''''';;/<.- ,,,,,_40111 .0.,.....•00"""..
-,, ,, PATTERN (SEE DETAIL) with Outside Edge
4 -4.g. - -- of of Sidewalk
' //Miiiiiiii.--- --
—0.- --..-5 1/2"
R= 1 R= 1/2"
NOTE: CONCRETE
BARRRIER CURB TO BE
ONLY USED IN RAMPS 16"
NOTED IN PLANS AS1
TYPE 2. TYPE 1 RAMPS
ARE IDENTICAL TO 1.-1-73/4"
TYPE 2 , EXCEPT THEY Detail A -
DO NOT INCLUDE THE Concrete
BARRIER CURB. Barrier Curb
_ PUBLIC WORKS CUR3AMP WIT- SIDEWAL,K AND PLA\ITER DWG. NO.
Federal Way DEPARTMENT
I
Cement Conc.
Barrier Curb
See Detail A, below
(TYp•) ITYp•) (TYp•)
-.. 6' _ -. 6' Ramp - 4" I
3"Shiner
( Yp ) I Western Groove" (TYp)
81
Saw cut'Match Line'
12:1 j 12:1 I ND.)
Sidewalk
10000000000000001 \\\
Ss"ide�valk10000000000000000000000000000002'00000000000000
Curb/Gutter , Curb/GutterI
\ ,
Dummy Joint ktDistance will vary
Center of Dummy Joint (TYp•)
Wheel Chair Ramp DETECTABLE WARNING
as Marked in Field. PATTERN (SEE DETAIL) I 18' Min. _
1-6 25' Max.
I
Cement Conc. 0.35'±
Baller Cur b I 111
-.4111160100: , •••°°1°11.11
`"–
DETECTABLE WARNING Top of Curb Flush
PATTERN (SEE DETAIL) with Outside Edge
of Sidewalk
111
-.46-5 1/2"
R- 1 R= 1/2" 1
NOTE: CONCRETE
BARRRIER CURB TO BE 1
ONLY USED IN RAMPS 16"
NOTED IN PLANS AS j
TYPE 2. TYPE 1 RAMPS I
ARE IDENTICAL TO I I 7 3/4"
TYPE 2 . EXCEPT THEY
I DO NOT INCLUDE THE Detail A -
BARRIER CURB. Concrete
Barrier Curb
I
ii DWG. NO. I
PUBLIC WORKS CUP 3RAN WITH SIDEWALK (\o Planter")
Feder 1.l Way DEPARTMENT i
•oN Anna SNOLLVOO1 dVlV I emno sxsoM Gebtpaoapa�
Anand , MAIM
80/1 t/► 7,3a
NOU NN1SNo33a OOVONVLS NO
NOIIOna1SNO3 N13N NO!
'133I1S 30 301S 31ISOddO
NO SNOIIV301 ONI0NOdS38803 IV O313081SNO3 39 11VHS
SdVIV21 '1332115 JO 3015 3N0 NO O31308/SNO3 38V SdYV21 N3HM 'S
'03NNVYY SAVM1V ION 38V SNIVMSS02I3 '4
'IL-£ 213 )er 011-c ONIMV80 08VONVIS H11M 33NV08003V NI dINV8 ionsi5NO3 't'53111II1f1 831-110 ONV 'S13INI 'S310d SINVNOAH -
NOM ON11011JN03 YYON3 dVIVN 3141 d33N 01 N37IV1 38 11VHS 321V3 'Z
1dWV21 NO83 33NVNV31O 'NM „4Z)
dINVN 8an3 3141 3OISInO 38 11VHS S131NI ONV NISV8 H31V3 'l
:5310N , g
NOu3081SN033a OWVONVSS 80
NOLL3na1SNO3 M3N NOJ
SNOI1VDO1 drivel
•
S3NIVA
} - - - -
NOIIV1I3JV a0 1U0111311 a0J
A. I �_ _1 ..q.., SNOIlVOOI dWtl21
sN1VNSSOa3 318V1d33OV
I I I I
I_ I
— I I
g I I I I S3MNIN
I I I I
*0 0.4e I ----/), '•-.
UM .41111111a14- '41. •4114.......r
1
9
IMF INV
— — — — — — — — — — — — — — — — — - -
DETECTABLE WARNING I A I RAMP
SURFACE AREA SHALL
BE YELLOW. B
RADIUS POINT OF
CURB RETURN
c A� B
MIN. MAX.
A 1.60" 2.40" .
'4ADaUSfAT B 0.65" PLAN
CV1?g pAC CURB AND GUTTER C 0.45" 0.90" E C
DETECTABLE WARNING" B� )- D 0.90" 1.40" .J__i r-
SURFACE(SEE DETAIL) 1
E 0.20" 0.20" 1–.1 D
ELEVATION
CEMENT CONCRETE
SIDEWALK PEDESTRIAN CURB TRUNCATED DOMES
LANDING DETECTABLE WARNING
}::--1
SURFACE DETAIL
1111111/
Ng gg
.. RAMP
1000,
o.
PLANTER 5'-0"MIN. 4,-(.MIN _---
STRIP 1 15'-0"MAX.
(SEE NOTE 2)
ISOMETRIC VIEW
PLAN VIEW
SIDEWALK RAMP
PLAN
NOTES:
`
DETECTABLE WARNING
SURFACE(SEE DETAIL) 1. DO NOT PLACE GRATINGS,JUNCTION BOXES,ACCESS COVERS
EXFANSION JOINT OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY
CEMENT RAMP PART OF THE CURB RAMP OR LANDING,
CONCRETE TOP OF
SIDEWALK 03% ROADWAY 2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE
SEENmAy THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE
,®ss�sns E? 2.ok MAx. SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES.WHEN
+— APPLYING THE 15 FOOT MAX.LENGTH,THE RUNNING SLOPE OF
DEPRESSED THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE.
CURB&GUTTER
SECTION OA
REV.JAN 2013
.
PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO.
[(:-_ , :FderanNey WORKs3-10A
WITH PLANTER STRIP
no N — Me M M r N N a r - - a — me n — as
01-£ dltl1S 2131NVid 1f OH11M s>180nn ��e,�apaj
'0N •OMa dIN 1 8JIla NO11a3ta 310NIS onand AO AM
C LOX'933
'318ISV33 SV IV13 SV 38 IIVHS dIIV21 wino 31-11
30 3dOlS ONINN(18 3H1 'HION31 'XVII 1003 6l 31-11 ONIAIddV
N31-IM 'S3dOlS d331S 01 ONI103NNOD N3HM AI31IN1330NI 3dOlS
31-11 ONISVHO 010AV 01 1333 Sl 0330X3 01 HION31 dIIV21 3H1
381f1038 ION IIVHS 3dOlS ONINNf121 IInIIIXVV dWVa 8Nf10 3H1 'Z
'ONIONVI 80 dWVa 8alo 3H1 30 12JVd
ANN/ NO 210 &V21 31-11 JO 1N0214 NI S33N3NV121lddV 83H10 210
S213A00 SS300N/ 'S3X08 N0110Nfl 'SONI1V21O 3DVld ION 00 'l
:S310N
(dwva JO dol 'Ntl3a8 30110 1V)
8 O
amino 4, amV
8 it 03SS38d30
irfriga n4� �Z 'I
I xYW xc
AVMOYOa JAlVM3015
dO d01
31387N00 1N3W33
O Z 310N 335
(: (11Y130 33$) 3DV3afS dOVN 1NIOf NOISNVdX3
1 i ONINNVM 3110103130
I
„0-,4
O (Z 310N 335)
'NM 'XV VI „0-5I
ll=�I ,11-111-11.±1P -trIr�lh-P1 .0-,4 'NM ,.0-,S '
D
I
„o-3, I (1Itl130 33S) 33VJanS ( 8
ONINaVM 319V103130 1)�, t
O �-
.19I-OYTIIiiT!!;Ti'.=`T4 1 a .:T r:.I,I I m N
iu
I ,.1."'i'!'' I dwtla Tex Z x
J J -4 J
S31,100 o31Y3Nna1
ams. hi „oz.() ..oto 3 Sano NVIa15303d
„04'I „06'0 0 31 1
3aON00N3W30
L3 „060 „S4'0 0 AJY
--- „S9'0 9 yOdq0s41,
„04'Z .09'1 V a311no oNV 4°'.?,�1s, I
'XtlW 'NIW
moo SO 'eano s�ipy
e Itl a,
dr(ra V I MVH 30VdanS
ONIN3VM 318V133130 N80139 831n0
30 1NIOd SnIOVa
- nil all Mil IIIII MI 11111 NM EN NM 11111 11111 NM 11111 NIB 11111 MI 111111 —
\_-
LANDING
i 11
DETECTABLE WARNING . . . - . . . . . -\\\'' .
• PATTERN
PWITING STRIP (SEE DETAIL)
(IF ANr) 101111111
00000- "000000 � •000000 . .17:1 MAK,SLOPE OoSSo05S12:1 MAY.SLOPE iiii. . • . . . .0 0000oS0000 __
i0.-0"
6'-0" �.I
OETECTABLE WARNING 'J
PATTERN(SEE DETAIL) B- 2'-0" 1
FLUSH ` ..
0.02 FT./FT.
j r .. f' • . .
OEWALK D TEC 1A8LL WARNING
6,6 6.5' e.o' A
{A1PA1 IERN AREA SHALT HE HE
/(I2"csT@J Yl L I OW, IN COMM IANCE 1NIThl B
�/ —•4"THICK CEMENT CONCRETE SIDEWALK r
SEE CURS DETAIL WCL;01 GIG PFC 8-14.3(3)
OWNING 3-+ SECTION A—A
Otx T
NOTES: A .<t �Lr ,F IB
7. RAMP AND APPROACHES SHALL BE CLEAR OF OBSTACLES
INCL. HYDRANTS, POLES, AND INLETS. ` ',
MGI. MAX.
2 RAMP CENTER LINE SHALL BE PERPENDICULAR TO OR A "I /8 2 /8" PLAN
RADIAL TO CURB RETURNS UNLESS OTHERWISE APPROVED H ..H-' 1� .
BY ENGINEER.
{
3 WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF' THE C I i `°
,
STREET, RAMPS SHALL BE CONSTRUCTED AT CORRESPONDING O /_e, 1,5/}7f 16° ,�,� I•_C
SIDEWALK LOCATIONS ON OPPOSITE SIDE OF STREET. 1-1-)SEE DWG. NO. 3-9. A
4 ON ARTERIAL STREETS, IN GENERAL CASE, CURB RAMPS ELEVATION
SHALL BE CONSTRUCTED TWO PER RADIUS, IN OR
PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS.
��E-I�-C:IABLE WARNING PAI DC FAIL
5. ON RESIDENTIAL STREETS OR WHERE UTILITIES ARE IN CONFLICT .
OR STREET GRADE EXCEEDS 4.05 CURB RAMPS MAY BE
CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB
RETURN OR AT MAIN PEDESTRIAN PATH.
- V. MAH '477
L2161
)WG. NO.
� if2dera0 Macy WORKS CURB RAMP IN VERTICAL CURB
, [............ , _
MN n I - OM EN 111111 I r S - M - - MN - I - NM
Z 1,-£ N01103S )41VM3CIIS SMOM Aght gati@tu �
'ON 'DMa onend
IIOZ 2iNW 7\321
't'l-8 'O3dS 100SM `000£ SSV10 38 11VHS 313210N00 'i'
'HONI '17/1 NVH1 3d0W A2IVA ION 11VHS IN3WNOI1V ONY
HONI 8/1 NYHI MON 3IVIA30 ION TIVHS 3Ob21O `30031HOIV IS 1003 01 V HJIM 03)103HO N3HM '£
'SNOIIO3S AVM3AI2I0 HOflO iH1 313210N00 30 H1d30 WfVIINIW 2803 L—£ )8 `V9—£ `9—£ SIIVI30 33S 'Z
'S)121VW 321005 ONV
`SINIOf NOISNVdX3 'ONIOddS )I1VM30IS 2103 021VONVIS AVM 1b213033 33S 4ONI2100S ONb SINIOf 2103 '1
:S3ION
V-£ 11V130 3Sn 3san03 dol ONI3Vlans 03HSAN3 „Z
a3unO 3r 9803 2104 '../
01%;$1ststststss4-4' ss♦s♦s♦s♦sr �����/�
XZ AA.A..0.44.4e. p ° SS♦S♦S♦
° ♦ ♦,♦,♦
%Z %Z '3N00 „V -----
03810038
03810038 SV )IlYM301S
dIalS 831NV1d S318VA
V-F 11Y130 3Sn 358003 d01 ONI3V48fS 03HS0a3 „Z
a311nO v 8800 a04 I
XZ1 'p ° ° ° °v D -I-.3,403 „V stst"eleiv441b
Sn'ova „z/I — INlor XL
NOISNVdX3 „8/£ r 11VM3015
S31aYA
a - i NM M — N — — M — — — MN all
BOLTS: 2 PER JOINT r_ VARIES
1/2"X 3" LAG SCREWS —BOARDS:
GAIv. 8"X 1"OR 12"X 1"
k."""`�� 45'*. _
I A. I TYPE OF
"IL1 S` p SUPPORT ,i
I VARIES i 1
iil ..i
— Ar,eki/Z7/vs rin 44(7/ /:A is A sirs 4\A.,,e
1' • VARIES 2' MIN.
(TYP.)
TYPE I BARRICADE
POSTS: 4"X 6" MIN. PRESSURE TREATED
OR CEDAR PAINTED WHITE.
FIXED PERMANENT)
TYPE III BARRICADE
STRIPE NOTES:
ORANGE & WHITE IF TEMPORARY.
RED & WHITE IF PERMANENT. /,;l
REFLECTORIZED
'
►//,/A SLANT DOWNWARD, RIGHT OR LEFT,
I iN DIRECTION TRAFFIC WILL PASS.
r/r./i/Al SLANT BOTH DIRECTIONS FROM MIDDLE � -.� ��
IF TRAFFIC PASSES BOTH ENDS.
' ADDED STAB FOR
Y •"� WIDTH 6" EXCEPT 4" IF RAILS ARE
I
LESS THAN 3' LONG. � IdNi',
/
SLANT DOWNWARD TO MIDDLE AT END � ro
\\\
�� 1st OF CLOSED ROAb. / , 6
s/ /,. , / ..moi../i/i /, i. /./i. y"/« , ./.
SEE MUTCO sEq. 6F.60.
MOVABLE (TEMPORARY) NOTE:
TYPE III BARRICADE FOR DIMENSIONS NOT
SHOWN, SEE TABLE.
TYPE II BARRICADE
BARRICADE NOTES:
INFORMATIONAL SIGN
TYPE I 11 III ----- --
� STREET PLANNED FOR EXTENSION
WIDTH OF RAIL 8"MIN. 8' MIN. 8"MIN. WITH FUTURE ,DEVELPMENT.
12" MAX. 12=MAx. 12" MAX. _ FOR MORE INFORMATION CALL
LENGTH OF RAIL 2' MIN. 2' MIN. 4' MIN. CITY OF FEDERAL WAY
HEIGHT 3' MIN. 3' MIN. 5' MIN. PUBLIC WORKS DEPARTMENT
TYPE OF FRAME DEMOUNTABLE LIGHT 'A" POST OR 253-835-270D.
OR HEAVY "A" FRAME SKIDS --
FLEXIBILITY ESSENTIALLY
PORTABLE ESSENTIALLY TO BE INSTALLED ON BARRICADES
MOVABLE PERMANENT WHERE STREET,IS PLANNED FOR
FUTURE EXTENSION - AS DIRECTED BY
PUBLIC WORDS DEPARTMENT
REV. MAR 2011 `
®0 PUBLIC DWG. NO.
[(32 :1 edera0 Way WORKS BARRICADES 3-15
.
INIIII NM — MO M MO M MN I NO MN MO NM — — MN MO MI I
LI,-£ S?:I3N1:IVW 1N IN AVd a3siv21 s;e d
MAPIIVW r-10paj��
'ON 'Jam.
blag AON-Aoki
WdJ 1dN011O3810-18 9 310N 33S 'SNdld
Z 3d11
J3d 311HM JO MO1131 `3N11 „t-\ r--,9--"--1 --moi ,Z I --
Z 3d11 Wdi 1VNOII33J10-ONOW
-0N3031 (130A `130M) 3N11 NOISN31X3 031100
31JJV81 JO NO11038IO
L 310N 33S
111> (d11) Wd8 AZ 3dA1ti f
'OI33V81 JO NO1133810 3H1 311SOdd0 ONIOd3 9 310N 33S 1
4321 H11M `S,WdJ JMZ 3dAl 3Sf1 'a3Sf1 SI 3N11 M0113A „t-��
ONI8Jf13 0 3d11 J0 NVIa3W a3SIv8 383HM '9 l- ,017
'3I33V81 JO N01103810 3H1 3lISOddO ONI0d3 (131) 3N11 3003 M0113A
a3J HIIM `S,Wde J1Z 3d11 3Sf1 4O3Sl SI
0NI8Jfl3 3 3d11 JO NVI03W O3SIV8 3J3HM 1
"0311308d 39 11VHS VWW `a3Sf1 SI b'WW 31 '9 3N11 311HM „t7-------""
:S310N OIJI03dS (13M) 3NI1 3003 31IHM
•
'033V1d38 0N138 ONIdI81S ,-(d11) WdJ 11Z 3dAl
JO 01`dld 8N 01a3Sfl SIlddV J311Vd aim 3d3d11 3J3HM el 3sn I8lS I> I <I> (9
03dW8IS 3I `S801331100 ONd S1VI8318d 9 310N 335
11V NO a3Sfl 38 11VHS S,Wd8 Z 3d11 't 3N11 M01131 „t O O
'S,Wde ONV ONIdIJ1S N33M138 53HONI t ,Ot
3OIn08d 01 031V301 38 11YHS S,WdJ 11`d 'c
(1010) 3N11 831N30 M01131 318f100
'a JO d 3d11 OI1Shcd 38
11VHS SNOI103SJ31N1 NIHIIM ONIdIJIS 11V 'Z
9 310N 33S
'INI`dd 38 11VHS ONIdI81S 83H10 11V 'd (d11) 3N11 M01131 „t7\ 7-1A1d8 11Z 3d11
3d11 011SV1d 39 11VHS S0NI>1JWW 3S83ASNV81
'(vWW) 31V1A8OVH13W11H13W 0 3d11 O11Shcd 38
I
11VHS S1VI8318`d NO ONIdI81S 1VNIal110NO1 . 1. , I. , l ,I l
:S310N 1VJ3N3O (10S) 3N11 J31N33 BINS
UN MI N M I' M MI — NM In E I 11111 11111 MB OM NM 11111 MI
---
WIDE
rWIDE LINE (WL) NO PASS LINE (NPL)
20' 8" WHITE LINE 5' 15'
1.., 1 I_.� _r. 1.> [ , _I
<s //SEE NOTE 6 [_ ] <I> 4
).
''7/---4" [
aTYPE 2W RPM TYPE 2YY RPM- SEEP ELlNOTE 6 INE
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC TYPE 2Y RPM ,/
DIRECTION PASSING IS PROH13ITED
DOTTED WIDE LINE (DWL) REVERSIBLE LANE LINE
2q,-_� 4" YELLOW LINE
I - -� 'I I_.-10' --I 15-__,_I_,- 15' I fSEE NOTE 6
___i '—\ I I I I a ( C^ ] 1
2' �8" WHITE LINE � � �� I j
TYPE 2W RPM SEE NOTE 2
SEE NOTE 8 -- - TYPE 2YY RPMS
DIRECTION OF TRAFFIC
LANE LINE (LL) TWO-WAY LEFT TURN LINE (TWLTL)
10' r) 15' I__ 15' _—..I r-5'.-4-5'-i----- 15' —__�I._ 15'—__I
1 10 1 J
F I 14,
TYPE 2W RPM / \4" WHITE LINE (TYP) - - f
SEE NOTE 8 SEE NOTE 6 <I> --TYPE 2YY RPMS 1,4" YELLOW LINE
SEE NOTE 6
DIRECTION OF TRAFFIC DIRECTION OF THRU TRAFFIC
DROP LANE LINE (DLL) DIRECTION OF TRAFFIC BARRIER LINE (BL)
1---12'---
r311-20'-----1
20" YELLOW LINE
ill - a a -1_. 11,,F-1 1 <I>
�� [SEE NOTE 6
101 TYPE 2YY RPMS
TYPE 2W RPM'S -",...,_8" WHITE LINE -- ‹.---A;(1>
SEE NOTE 8 SEE NOTE 6 1 <I> REV. NOV 201IMMO4
.__.._ DWG. NO.
QderaO Way PUBLIC
WORKS RAISED PAVEMENT MARKERS 3-18
me E - - MS I OM NM M N r M - - M M M - M
IIIIII II= NM MO I= OM Mil =I =I IIIIII IIIIII NM II= IMI .1111 .1. NM MIEI 11.11
•
" ) GENERAL NOTE
� to'•o" See Standard Plan M-20.10 for pattern and color requirements.
4:;)
J
23" 4"I 23" 4" 23" 4,• 23" 4" 4" 23" TTT
4" 4" 4" 23" 4" 23" 4"
rin....-
J TOP VIEW -
TOP VIEW
A �__ A
----) PERSPECTIVE VIEW — ^ / 1,
SIDE VIEW SIDE VIEW
PROFILED PLASTIC FOR: CENTERLINE & LANE LINE-W=4" PROFILED PLASTIC FOR: NO-PASS UNE-W=4"
(BROKEN LINE) NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE-W=4" (SOLID LINE) TWO-WAY LEFT-TURN CENTERLINE-W=4"
REVERSIBLE LANE LINE-W=4" DOUBLE CENTERLINE & DOUBLE LANE LINE-w=4"
WIDE BROKEN LANE LINE-w=e" EDGE LINE & SOLID LANE LINE-W=4'
1 J WIDE LANE LINE& WIDE LINE-w=a"
DOUBLE WIDE LANE LINE-w=6°
2'•o" 3'-0" BARRIER CENTERLINE-W=20°
, , z 1"(TYP.) I 10" 4" 10' ._ 4" 4" 20" 4" 4„
I 1 x100 TO 300 MILS II'1 v
4'
i kr1 �'I 311Y
v
i1
160 MILS MIN. 15 TO 30 MILS "il J BO MILS MIN.
1 TOP VIEW TOP VIEW O
OTOP VIEW
500 MILS MIN.
,—, DETAIL OB 0 411111 ^ ^
SIDE VIEW SIDE VIEW SIDE VIEW w
CENTERLINE & LANE LINE (W-112") DETAIL OA
NO-PASS LINE &TWO-WAY LEFT-TURN CENTERLINE DOTTED EXTENSION LINE DOTTED LANE LINE-W=4"
EMBOSSED PLASTIC FOR: REVERSIBLE LANE LINE WIDE DOTTED LANE LINE-W=e" �� 500 MILS MIN.
(SOLID OR BROKEN LINE) DOUBLE CENTERLINE & DOUBLE LANE LINE PROFILED PLASTIC
EDGE LINE &SOLID LANE LINE (//L rm/// A
(BROKEN LINE) `�� J. W9
SECTION 1O ��4Q'
71:4
23" .II 5 01' 1"Aillii7;
0 1" , 0 1" 0"TO 2" 4" 0,.TO 2" 0 1" , 0 1" I , o 1" , 0"TO 2" I 4"• I I I I O 1- r ,t ,. 1- !> -a ' STc tJ2
I �i I }
"p Ish,Brian
���y .0 Apr 16 2015 2:27 PM
CNOT TO SCALE TOP VIEW 0
cc 500 MILS MIN. 500 MILS MIN. PROFILED AND EMBOSSED
U 160 MILS MIN. [
1/4" F 1/4" 160 MILS MIN. I 1/4" J 1/4" PLASTIC LINES
15 TO 30 MILS 1Ir
1 100 TO 300 MILS 15 TO 30 MILS I STANDARD PLAN M-20.20-02
i
p f —L-I ` SHEET 1 OF 1 SHEET
f SIDE VIEW APPROVED FOR PUBLICATION
'm z® Apr 20 2015 10:07 AM
PROFILED EMBOSSED PLASTIC FOR: CENTERLINE & LANE LINE REVERSIBLE LANE LINE STATE DEMON ENGINEER
(SOLID OR BROKEN LINE) NO-PASS LINE DOUBLE CENTERLINE & DOUBLE LANE LINEw..nl.yroo State wPonm.Morro..Po,mx,.
TWO-WAY LEFT-TURN CENTERLINE EDGE LINE& SOLID LANE LINE -"
N I — N N = I — i — I MB UM - - - MN 1.11/ 11111.
u410lwhum1 Le W.W- d.8 clots'+.0"mtcM
l' }133NNN3NFI153a31tl19 _ (9 310N 338)
Wd 6L.7,1 n10Z bZ 9'd ,pd ..00.0v It.310N 33S) liviniO3N11 a NY1031104301M
pol f d (dA1)Wdl1 MZ ldAl
NOI1VOIlBDIlend ilOa03A0Nddtl
91331)9 Z 40 l 133149311WA \
>
b0-08OZ•W NVIcI a)VaNVis (. * u w ! 17 f
S)I3)1aVW1N3W3AVd I I1 g
i I—_
,
013911,11 H.LIM 1N]N IddflS 'i`
,L 1 , I •I _ � . `
.,nNI)RIVW 9VNIafl110No ,�� . . _I
INV 91:01 IIOZ.6ZOn-I f.,20A3 7'e—nt _.9 .4_' .�9-.b_
""1.1"''''i
nu 1.1"''c t_ .—.}.— _ .__— __
<� 'IVNG'/l, .E .6 .9 .6 .E .6 .0 .6 .0
•63 ��l,s/4 4.
��' o�E0sE8d .42
11/ 4
'$, '9/11/3'4&Z,A,2. (Z 310N 33S)
7b,,, .r yN. 111,130 1N3IN30V1d 3NV1 AO 39031331 OlddVNI AVM-3NO 3NV1I11f V
(Z 310N 33S) ,.: -------i1Ir
(b4L 10N 3 S)
OWN,1Z 3dM. 09 - WdN MO 331.1
IA 3 Wd1 A93d,LL -- \�-- — —
1ee' I -,w
F
Y( /I
� 1 O
3NI139091d31 3N113019 -� •' 4 � l 1:
., 1 MO113A 4
'R;141/44143NVl DI44V13 1 - - �--
AINO 3018 3N0-M011-3/1 AZ 3dA1 f - -
AINO 3010 ONO-3111M MZ 3dA1
MO113A 0NV M0113A AAZ 3dAl 3011 3NV1 a
3130109 3191/A 03SIga Wda Z 3dA1 3NI1 3003 3111-IM--/ .9L AL AE Al. 9l .111 0
(L 310N 33S)A8
-n
--i
-i
•se.9016-1m
aur)papa epM uo Maepls-of-epls 888091 Lou oa '9
x
'Bugeoo Luets)se1-uo)seigo ue OlddVal AVM-0M13NYi-OMl,
eAey Ileus Be9S83e1 i.4198 9Wd14 Ile Pue sAeMpew
Aem auo auelg)nw uo peoeld 981d8 MZ SCM!alit '' 3011 SSWI-ON -\ 3NI1831N30 31en011 301133'M-0N , 3NI1N31N30
-sAeMpew Aem-ons euel-0M) _� - ----- \ — ,
uo 8Wda AAZ edAj pue'sAempew Aem-euo eu8lg)nw \ -------
uo sWda MZ edAl lot umoys suogeool eyl le P9llel8u)
m1118148'pagpeds ueym.8194113111/ueulened pesse3ea .£ — \ /j
i)V130 1N3W30111d 3NV1 d0 — —J I --' p \�
3003 1d31.,seg'sleAJOlu)(p).09 le eul-i e693 p8)eyl — — / ---__
eplslne peoeld ed 118118'peg oede ueyM'slryd44 AZ edAl 'Z `
seull Buullew luawened L _ — — —
81p ueemleq sdeB 916 U!sWda eyl lelueo'(p).009E //
ueyl 8881 to poi 6uuey saAlno leluoz)1oy uo swum' 3011 3003 3111-IM (dF_L)Wdil AAZ 3dA1 9l At AE .01 .91 9l
(p).08 48 pue'eJOW Jo(y).009E 40 sn)pe1 a yl)M senln0 —
_- -,
)O3uozuoy uo pue sluaBwp uo slenlelu)(p),09 le peoeds (L 310N 33S).08 (L 310N 33S)98
eq Heys MZ pue AAZ sedAj 41e4I8114 111ew9AEd P88)84 L
S31ON
LANE STRIPING(TYP)
1.0'(TYP) (EDGE OF TRAVEL LANE) INSTALL RAMP AS NECESSARY
�/ *32.0' REFER TO CITY STD.RAMP DETAILS
12.9' TY( Pl �R=1.0'(TYP)
+ + SIG
11,0' TYP N-W11-2(30 x 30)WITH
( ) W16-7P(24 X 12)BELOW SIGN-W11-2
10.0' 11,1-R=5•Cr(TYP) F :(30 x 30)
(TYP)-1 SIGN-R1 5a.
R=1.0'(TYP) ►
*NOTE:DIMENSIONS MAY VARYimmenu I DISTANCE PER MUTCD CD
meme OD-
VERIFY WITH PUBLIC WORKS PRIOR immolimmo
TO FINAL DESIGN/CONSTRUCTION PI-
ISLAND
ISLAND CONSTRUCTION DETAILS immilimseme
I.
CURBING PAINTED YELLOW 11111001111116mm 6"EXTRUDED
PER WSDOT STD. SPECS, W11-2 WITH 1.11.111111111111111111.1.1.11.111111111111111111.1. CONCRETE CURB(TYP) PP-
/V16-7P
W16-7P BELOW ►
mommomma
••
p •
2'O.C.(TYP)
TYPE 2Y �• • `• N ► 28"TUBULAR
RPM(TYP) • \ • MARKER(TYP)
\\\ \ • PER MUTCD
SET 12"0 SONOTUBE AT SIGN LOCATION iw
AO
TO 30"DEPTH FROM TOP OF FINISHED ISLAND
J� BACKFILL WITHIN CURBING:
YIELD SYMBOLS(TYP) / 2"ASPHALT PAVEMENT
PER WSDOT STD.PLAN M-24.60) ""� I OVER 4"CSTC
ON MULTI-LANE APPROACH ONLY 50'IF YIELD SYMBOLS USED (TYP.BOTH ISLANDS)
-411
/miuma
CROSSWALK LIQUID-FORMED DETECTABLE
-IIMARKINGS(TYP) WARNING SURFACE(TYP)
DISTANCE PER MUTCDimmememmo
REFER TO CITY SPECIAL PROVISIONS
-41 1
•
/
f W11-2(30 x 30)WITH' NOTE:ALL SIGNS SHALL BE FLOURESCENT
W11-2(30 x 30) 1721-5a(36 x 48)
W16-7P(24 x 12)BELOW YELLOW-GREEN BACKGROUND EXCEPT R1-5a
INSTALL RAMP AS NECESSARY
REFER TO CITY STD.RAMP DETAILS
REV.JAN 2017
"°' PUBLIC PEDESTRIAN REFUGE ISLAND DWG. NO.
Fe cl@rdy WORKS AND CROSSWALK - MID-BLOCK 3-58
111111 NM NM 1 NM MN NM N NM 11111 EN NM NS NE EN In En NM I
NOTES
A--' A 1. The Detectable Warning Surface(DWS)shall extend the full width of the curb ramp,
-- a i'E 1MIN. MAX. CURB RAMP,LANDING,CUT- SURFACE(DWS)- the DWS requires a concrete border around the DWS,a variance of up to 2 inches
�� A 1.60" 2.40" THROUGH OR WALKWAY SEE NOTE 3 on each side of the DWS is permitted,
Y B 0.85" —
A e 2. The Detectable Warning Surface(DWS)shall be placed at the back of curb,with the
[--D--1 C 0.45" 0.90" A two leading corners of the DWS panel placed adjacent to the back of the curb,and
�__�__� ____O with no more than a 2 Inch gap between the DWS and the back of the curb measured
fl (} } D 0.9" 1.40" BACK OF CURB- 2'-0"MIN.- at the center of the DWSanel. Exce tion:If the Manufacturer of the selected DWS
TRUNCATED DOME E 02" 02" SEE NOTE 2 TYP.OF ALL p p
APPLICATIONS requires a concrete border around the DWS,a variance of up to 2 inches from the
TRUNCATED DOME SPACING SECTION O back of the curb is permitted(measured at the leading corners of the DWS panel).
SEE NOTE 3 _SEE STANDARD SPECIFICATIONS 3. The rows of truncated domes shall be aligned to be perpendicular to the grade
FOR COLOR OF SURFACE break at the back of curb.
4, The rows of truncated domes shall be aligned to be parallel to the direction of travel.
TRUNCATED DOME DETAILS CURB AND GUTTER MATCH TO WIDTH OF CURB RAMP
LANDING,CUT-THROUGH OR 5. If curb and gutter are not present,such as a shared-use path connection,the
Lu WALKWAY Detectable Warning Surface shall be placed at the pavement edge.
g mOFFSET DETECTABLE WARNING SURFACE DETAIL 6. See Standard Plans for sidewalk and curb ramp details.
LANDING
CURB RAMP SEE NOTE 6 7. If a curb ramp is required,the location of the Detectable Warning Surface must be at
WIDTH OF
WALKWAY
LANDING the bottom of the ramp and within the required distance from the rail.
1WALKWAY 8. When the egrade break between at all
the tsrb ramp and the landinglis less than or equal to
WALKWAY WALKWAY WIDTH OF CUT-
bottom
ft.from the back of curb at all points,place the Detectable Warning Surface on the
mii -� r THROUGH(TYP) bottom of the curb rampdirectlyabove the grade break.
�, DETECTABLE WARNING ��
A SURFACE(DWS)- 11:1—r
WIDTH OF CUT-THROUGH
9 SEE NOTE 4 ilw,.ii:
RAMP I I (TYP.)
a BACK OF CURB
w
LL SINGLE DIRECTION CURB RAMP 2'-No." z'•o"MIN.
m (GRADE BREAK BETWEEN CURB AND
MI \
z LANDING 5 5 FT.FROM BACK OF CURB)
a (SEE NOTE 6) �-
DETECTABLE WARNING • DETECTABLE WARNING
oe LANDING BACK OF CURB- SURFACE DWS - ` .,..iii,
w y DIRECTION OF SEE NOTE 2 SEE NOTE(3 ) SURFACE(TYP.)- ���
0 w TRAVEL SEE NOTE 3
CURB RAMP WIDTH OF CURB RAMP BACK OF CURB-
m BACK OF CURB- SEE NOTE 2
WALKWAYl : '
— �� PERPENDICULAR CURB RAMP SEE NOTE 2 c_a
11. WALTKWAY (SEE NOTE 6)
•
1114 2'-0"MIN.
WIDTH OF CURB RAMP, ISLAND CUT-THROUGH
LANDING,OR WALKWAY DETECTABLE WARNING
SURFACE(TYP.)- COTT 2�+DETECTABLE WARNING SEE NOTE 3 5 Of fo48y �t
SURFACE(DWS)-SEE NOTE 3 -!+� ,���Q, ,fi � F'
71,
111.1r70:-
CURB- !• BACK OF CURB-
IS
SEE NOTE 2 � /' SEE NOTE z MEDIAN CUT-THROUGH
e f/
SINGLE DIRECTION CURB RAMP DETECTABLE WARNING De A WIDTH OF SHARED- 9 /," w
(GRADE BREAK BETWEEN CURB AND SURFACE (DWS)- USE PATH OR 0�, qB0 eseo��0 �ry
LANDING>5 FT.FROM BACK OF CURB) SEE NOTES 4&7 WALKWAY(TYP.) c�Xs r S TS G\
(SEE NOTE 6) f 2 /��i (, IONA L V
CURB RAMP CURB RAMP io fp. `i.t�n.
WALKWAY LANDING WALKWAY 2cller,Scut)
I I I I 1�-1 I_ I_I_I WIDTH OF CUT-THROUGH SHARED-USE Jul I?2016 4:25PM
`�`..,._._a 1I1I11I11Ifh111lt (TYP.) PATH OR .
I L I I I.*'1 i i�i`I WALKWAY DETECTABLE WARNING
■� ROUNDABOUT SPLITTER
ISLAND PAVEMENT SURFACE
SHOULDER
RAIL iill�.f�i'� EDGE STANDARD PLAN F-45.10-02
` girl SHEET 1 OF 1 SHEET
DETECTABLE WARNING DETECTABLE WARNING APPROVED FOR PUBLICATION
BACK OF CURB- SURFACE(DWS)-SEE NOTE 3 rti= PATH OR SURFACE (DWS)- Om,lull
SEE NOTE 2 WIDTH OF 11.4M WALKWAY SEE NOTES 4&5 e4oe.rrai. rrs wi 152016 2:m1461
LANDING STATE OESION ENGINEER
PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED-USE PATH CONNECTION T re Washington State Decoration' n
of TronopooNon
(SEE NOTE 6) -„
INN 1111111 OM NM OM M N 1 N N MI M I MO M N R UM M
..............-111•11111111011•111111111111.1•111111101111111111101111111MMIM.11111111111111.1M0 11•11•111111111110M0111•111.111•1•1
LZ-E SDNINNVIN IN3IN3AVd Sf1O3NV11133SIIN S18 d abbtonop 1
'ON'OM°
bLOZ AON'nom
OS'L-W NV1d O2JVONVI.S lOOSM 33S - 108WAS 3NV1 1VI1.N3d3J32Ic1
OS'6-W NVId OkIVONVIS 100SM 33S - 108WAS 3NV1 3:IEI
0917Z-VI NVId O21VawviS lOOSM 33S - 10811AS 11V1S ONINSVd 03ddVOIONVH
0917Z-IN NV1d 02dVONV1S 100SM 33S • 108WAS 3NI1 013IA „H1001 S)!8V1-IS„
0t17Z-W NVId ONVONV1S 100SM 33S - SS ONV `SI' `21S£ `1S£ 121SZ `1SZ `S l 3dAl SMONNV OId3V211
1IV13G 3dId1S >13VMSSO83
3N11 dOIS „8 l—
c, — ,8 -( ,17
dwod q,in0
aupalua0
_ _ I I1I1
AOMpoOej
auipaluaO
au'l auoi ( dAi) >jloMSSOJO
ad!JTS )1IbMssoJO— auipaluaO
N N NE 1 11111 NM NM 11111 NE MN M UN all 11111 E EN E INN 11111
Variable 50' Taper length=T,x taper rate See Table 3 NOTES:
Stopping point Gore Stripe DDouble yellow 1. First Type 2L arrow is installed 50'
see Note 3 \ see Dwg.No.3-18 secel.taper center stripe See Table 1 back of stop bar or crosswalk. Second
see Table 2 for taper rate arrow is located 100'back,or at
I W T, left turn pocket.
W, —Approach yf
ter--.._. .�-...._..,... ...._._..- .--
-- ----- 2. 'S"=140'for posted speed<50 MPH.
T, yfz 1Departure-- W, "S"=170'for posted speed>50 MPH.
I No Pass Line
See Detail A See Table 1 on approach 3. Stopping point shall be marked with
Type 2L traffic Dwg.No.3-19 for taper rate side stop bar only when mainline movement
arrows,see Note 1 is controlled by a stop sign or traffic
Double yellow center
Taper length=1;x taper rate signal.
stripe,see Dwg.No.3-1 7 4. Raised pavement markers shall be
LEFT TURN LANE Installed only when specified in the
Contract Plans.
5. See Dwg,No.3-17 for marker
designation.
Variable See Note 2 100' ± 300'MAX
Gore Stripe
see Dwg.No.3-18
Stopping point
see Note 3
Type 2L traffic -
arrows,see Note 1
Double yellow center Two-way left turn lane,see Dwg.No.3-18 Type 2L traffic
stripe,see Dwg.No.3-17 arrows,see WSDOT
Stnd.Plan M-24.20
LEFT TURN LANE TWO-WAY LEFT TURN LANE
TWO-WAY LEFT TURN LANE
TABLE 2 TABLE 3
TABLE 1 Decel. No pass W, =Approaching through lane
W,=Departing Lane
Posted Taper Posted Taper Posted length T, =Width of left turn lane
Speed Rate Speed Length Speed (Minimum on approach side of
55 mph 55:1 55 mph 165' 55 mph 725' T, =Width of left turn lane
50 mph 50:1 50 mph 150' 50 mph 660' on departure side of
45 mph 45:1 45 mph 135' 45 mph 590' W, =Total width of channelization
40 mph 40:1 40 mph 120' 40 mph 360' (W +W,+T,+TO
35 mph 35:1 35 mph 105' 35 mph 260'
30 mph 30:1 30 mph 90' 30 mph 200'
25 mph 25:1 25 mph 75' 25 mph 150'
Rev.NOV 2014
CM
W00 PUBLIC Way WORKS PAVEMENT MARKING - TURN LANE D3 20
11111 NE EN 11111 INN in 11111 MN 111111 11111 MN NM NMI III NM EN MN Ell NIB
•
61,-E SelaNHVIN J.N31A13AVd CIRSPAI S N el OM
oliend NASD
"ON 'OMO
.. --..—_ .
. .
—
OM AON*Aoti
(1+ 1+ M+ MI
uogozpuuot.p Jo g4p/Ai040.1= M o V 11V130
jo°p!5 944-444odep uo CD
E 7:3
gNV1 NNW.IJA1 AVM-0M1 aNJ 9uoi wn4 Nal Jo wpjm= 1
jo op's ipowcido 440 0
m a
g, Oupods mid,D47
•u014)as4a4u!puoAaq panuiluon eUDI Lun4 1191 Jo wpm= I 9 aduls Ju eD 1
IOU SI wn4 1,191 ADM onq puo euoi 6upodea= M
PeAnollaA ejqnoo Fro
thowed mu 1p s
J0 1491 atm t46no4441.Oulippoiddv= M TB 03
9.tegm JO U0pasiaiu!aaj,40
..ri
Snfp01 uoljoupw94 wn4 4494 AOM omj.
3
U104 4491 lk% 1\
5. _ -....m... ....m....
El (-4.
HI 0:1]
3 I rNeC1 eaS
DC
upods Q
)._udttloVleeP
ss V8 Dt ill b
_Ell tr‘iclel,Otr
1
.,,
' _ .
\ g. x Nki.112
11V1C1
-. -4Mik \.11...N.(7)
adp4s Ja4u90 M049A aignoo
n(...
iii Dl
' i 0
1).• #
›
[
'3001 -o
0, IN %,IN4iiiim 11,004411 mil unelimi2ammem=rairi —
stAldN Ahl edAl 15-0
E3
0 iadol uowielepea
g 0101.4 eas'AA adAi
D" asn'poljuop Aq
1941.193 a
.t4 Dp
wbi di9.4iiia
s nbaL:Is,wda ueLIM
ro
/ ouu1
l 1 u!oods nounuli uoD mit:I
moileA ionoa /von 0
......
edu4s
a
El ED 04 umous SO 9.191.1 pananD
4u!od 4uawains0ew
aq Aow s6uppow 4u9w9A0c1
_
Lop! auoi
•=•1•11 •1=MMINII•IIIIMI•
•
I
SERIES CONNECTED
I LOOP 1-2
COUNT DETECTOR LOOP 3
POSTED (DRAWING NOT TO SCALE)
ISPEED(MPH) S1(FT) S2(FT) NOTES:
25 - 105 1. USE XYZ LOOP NUMBERING
SCHEMATIC, WHERE:
I X IS THE PHASE#
30 - 140 Y IS LANE#FROM INSIDE
Z IS LOOP#FROM STOPBAR
I35 - 185 2. USE 3'X 25'LOOP FOR BIKE
LANES
1 40 115 230 3. PHASE 2 IS ALWAYS
a NORTHBOUND THRU DIRECTION
0
45 155 285 OJ d 4.ALL LOOPS SHALL BE CIRCULAR
W O
~ O
50 195 340 Q 9
I
M w
W U
Z
Et Q
*ADVANCE LOOPS ARE NOT z o
I
REQUIRED FOR TURNING LANES - Q
&MINOR THROUGH LANES O O
1
11
I I 13A
•
J
Z j • 13B
o
W' i I 1A
7170
—
1 JLO
J
I
STOP LINE
REV MAR 2011
I
� PUBLIC SIGNAL LOOP SCHEMATIC DWG. NO.
G ,Mem MY WORKS 3-44
1
•
GUARDRAIL:WITH POST
SIQEWALK CEMENT CONCRETE CURB OR GUTTER AND BLOCK�,
SEE STANDARD PLAN F.10.12
CEMENT CONCRETE CURB OR GUTTER
I. ' r 12" LOOP STUB-OUT SLEEVE(1/4'(IN)TO 1/2'(IN) I SEE STANDARD PLAN F-10.12
-a D BELOW TOP OF PAVEMENT)
v
' 12• LOOP STUB-OUT SLEEVE 1/4"(IN)TO 1/2"(IN)
— BELOW TOP OF PAVEMENT)
IL
p D
LEAD-IN CONDUIT SHALL EXTEND A - V■IIMI111111
MINIMUM OF 3/4"(IN)INTO PAVEMENT
(PAVEMENT DEPTH VARIES) I 1 LEAD-IN CONDUIT SHALL EXTEND A
CONDUIT SECURED INTO 1 MINIMUM OF 3/4'(IN)INTO PAVEMENT
ROAD SURFACE(TYP.) (PAVEMENT DEPTH VARIES)
'v CONDUIT SECURED INTO
w N g ROAD SURFACE(TYP.)
TO JUNCTION BOX TO JUNCTION BOX—
STUB-OUT DETAIL
WITH CEMENT CONCRETE CURB OR GUTTER
STUB-OUT DETAIL
WITH GUARDRAIL AND CURB
CEMENT CONCRETE BARRIER-
SINGLE SLOPE BARRIER SHOWN
SEE CONTRACT PLANS FOR
SIZE AND TYPE
4S IOSBp4,
yr
EDGE OF PAVED 12" LOOP STUB-OUT SLEEVE 1/4"(IN)YO 1/2"(IN) I-- 12. LOOP STUB•OUT SLEEVE 1/4'(IN)TO 112"(IN) Ems,,, — ,. ,.�
SHOULDER BELOW TOP OF PAVEMENT) I BELOW TOP OF PAVEMENT) b ?�
• Q■M� J� 6 Ili, siONAL t:
LEAD-IN CONDUIT SHALL EXTEND A I I LEAD-IN CONDUIT SHALL EXTEND A Bailey,Tea
1 1 MINIMUM OF 3/4'(IN)INTO PAVEMENT MINIMUM OF 314'(IN)INTO PAVEMENT 01
—.f- Le,eI 54 I8 2017 9:57 AM
1 (PAVEMENT DEPTH VARIES) ///�O"O""T
(PAVEMENT DEPTH VARIES
cow
CONDUIT SECURED INTO • z CONDUIT SECURED INTO INDUCTION LOOP DETAILS
N m ROAD SURFACE(TYP.) '�'' ROAD SURFACE(TYP.)
STANDARD PLAN J-50.15-01
SHEET 3 OF 3 SHEETS
TO JUNCTION BOX TO JUNCTION BOX _ APPROVED FDR PUBLICATION
Idl1M1i11l AM
y,.. t' 4.tn
STUB-OUT DETAIL STUB-OUT DETAIL WITH
,-......--
STATEDEBAN ENGINEER
STUBOUT CONDUIT PLACEMENT DETAILS WoshIn9lon Slot.D.panneniofTronsponotlon
WITH ROADWAY CEMENT CONCRETE BARRIER
— — — — — M MI MO OM — — — r — — — r NM —
cc
a N O
Z W Z
O D a 6 .7
CL z_ CC W O �MCO
o Oa a m 00 W U
1-• -J cA m a a IX W
w Nap cn0 LLO � o m
� Z1o1- 0W Zco a > -J
Z• a. UF' Zw4t22 o � = Q
O 0wz �" = w00 0 _11- _
U J
I- O c�
O m W K Q
cn Twp O < LLLL 4n Cl) Z N 0
w Z � }N} i- awo- X No O
co D < X < WZO ih mm Ow Q
S . wwwF-- g ° ww a � J z g
.t5 5 (n
Tcn Z ao Q a =
ZrtlX >- N NJ r) Z d- O V
u)
(/)
1 I,.
0
dOOl 30NVAGY 01 ---V/A ZS 0
dOO131`d1a3112i31NI01 `---`71 1.S
Q
z
I ,9 I .01. I 9 I .01. 9 L. c9
111 0
p el
LL o co o in o
* w
N r N N
u) za m
Z• O W CO N
M m JY
W Z Z -- -- CO o
• Z • 0 -
W z * •f
[ [___.._ _____. ______
J LL• i
U w H SNI OVal JO103130 EZiyX
od > 3z
w2 00 - Op
O CI N M co NI- in
in * CC 06
awa
u)
N E IIIIII M M MI M MI IIIIIII M N S M M all all M On M
11
T A
M - G
0 n
0 �� Fa
N 0 0 X 0 0) N O m N '2 1LE 1' �g W 0
jv mo rn m 'Qo4 m y- o 0 '9N� g 0 I. 0 :1..:L.
.`n
i m t _m m= mu= cvo Ua 8 '7 w :> o Nm ami n_o O Z03: r-r O. w
CD
«cEm•oroacom'zrca.Lm..o_ o cam,m~OOmpN m..0.. a.cm ��m �_ mnc • It m .' m x cN m ma N �Ot1 Q�o� N a
o a hIE o.+ g o«c E X avi m y.5 Bo 9 E m g FLL V o-
Eo— olmc 0 m o ¢ 3
°� be a; w o '5 --015 •E m m c=m O= 9 m� m e ^c= 0 Q
py+� _� —m fqL j 3 Omm EcN Cg •O U) CN Cm mm C ,�yq
m tag «�• o '�'cQ m ` t� oa «o w2 cm°"'o _ {meq Z H
N O N O 0 ..V -.0 « N '7°°2 m=G. U o y G J t2 ma O a m-0 >L m N iii��� UJ '�
m C X N 0.6 -..---GO m _ y
L0=- Cm via- m.- m m 0.528 3m,b $Om O vN 'E C 0015c0.5 LmCLO O
' to va— fi om ^o c w my c«N acm°P Lm..8 1?= aa" �mmc0 �mWm
W co.- m o« o ia= c �° NON o N =L `maa'0d m`—ameEcnom
F. mom mm m c3 m o e.. mma ill"'' o� a) mN nE° c c« °mo=a
O X L a «6 Nm N O O CC« N m0 -0° .5006,0.;11 0= >• .5am--O O
Z m_cm 0- vN 0 _m m mmL y0- m 0z C7 L m N ....„N75my°Dov=0oi
Z coo .0E c m .0E mo dc"o mm m.•. ... ; LNc N^6..c =m>
I O ?'^c c.-, Davi No 3 c «E. `o«m acmimv "'E m� k rNq�2°1' S::mNS�'vym
c'>>'o my me o o-,c m o=N Em Smam an MM 3o .. .-0. omo>_'oc n
v N o 07 0o m ` .° Nv» o Nxcm E•_mv_m3rn
J CN ov O m Ol O-'Cs50 a.-... mNm Om 3O d'j vNm. YN.5 mM0NQC
Q Due G� C= «m «N m '1.�N U. .n mot. mC Um NC ma-2 mw.(2 1sf/)-22.g
Z .'3 a>i m °.. o c0 o f o L«o "..9f
2 c NL «, 8-§ c. o°��c 1O _05.....s-§02
>.0 fT
m 3E .0 W NL y « CNUy -8m . .N« 0,3=m cam_ a
111 p it J/ in 31 c Eig F m`o Uovaim train Qtn w3 aam�umi 4m5mv88f o`mQ
_, N V to d 1` d d O NM K
I 0
O= \O Z
G S 0 2 U 7
OZ w N w g
P,23
zx
co
,N
0 ft-:::::: :: •<an
°° ''E
0
,, ° k
' _ ILl
., ;xoaddv • o w g d
.0-4
° Q
K
w aW W
W O O
� W=
02
W N
r� Itj
9r w owZN2 N
LO'''&' 7N
i ' ,•
Oz '' °Q
r
�O a ')0 ddV •
✓ >>LL
r
CU]
W .A-.L r WZ. / ww 'ea'Uga 'NIW.9 - 'NW,9
15
L° Vi
' 0 aJ
wz4 r a NO 2-U = ° Oz
NW¢ OO E,W
N ru°i5i
OZ Z 0-•-
h Z
ti°° - 3°w. O
a-' Nrna U
I Ow J W
e/ Z
O
0E
I
50= Z
rmWg / �.. I r^ Om CL U
0 3�~W o? am 0
0 o> m ° z
' a Na // O_, =N wz Q
z3 '-= r
F� w
z� / mOc U
, W
' r__.41I ¢> wow
°�a °zw ¢ >xN
ON WimrN
7
O
Lt x =°r E
NO m N�C7 ri
I �LL
y r Q Q a N
U O 2 �
g Z o°
a ° l'XJ o. o
1 w
c 2 a m ; $
I m
41'0 0 m y"' C Vl N to
ms L O '"a 'C. N T. 6 F Q 2
�Oao �� Ewe O co v < OA�VEY UggN' c O t m of
III
0.5.gwvoc� v �-' � +"ow Ea o`o ° m C •Z rJ.� dO Z xm a io m �m m l`4 - ti > :iiii
w w F o o . �un ., ,AP mL- .4 ® 5 <, � �^ iI '
ro L..br a•06� o :3 '0'
� "ci o w Ys'0)12 m m ma t o o Z ,n a ? ya dpi Q4 y Z C rii 0
204 855 3aei. c Y T 4, 'es 5 0 i o €
ca sag c c F CC i-z 0 F Q a
m3�� �o� aag 3 m m 3000 0 O3H.Le O V O m a �..wr
I
wrn •- >U =ET) E a a O aU 3v v Z ¢
.'.3 m� @ 6:.0. 2 s CO C a: -0 .0 z N Q N=p Q v`• ;
C't .- •,s s-- ,0 2, mo -04i '0 (3 c Nm F-O SO -1 z F ��`
sg t -61 ,I mm3 Td e U i mr 001-0 0 �1►
m3L'o` Avco �'5° m: vim m a adz z- 0. �� �~ m I w ycmg tom omc =a �c0i o4 �4 tllla u Zw c c rr,
H it OUN 'L a5 Umm LLS !fl fn 6 mw m fo') Fa -`G zg� J
z .- ti s•i i Ili cd 0 i0 art ore 0R 7 0 X¢ �<56 00. z<
U. go m2 W0. nzw ZZE da
313210N001N3W30 ( 11' '� 00 zy0 c,11- 6C1`_Aw z5 I
LJO 1TvHdSV 40 HJ.d30 O O ate' Umo VUZ ay ao
O� + zw O— ¢z
OmW O , -1 J 1U
'MN.£-'NIW.1215 Z
¢ J.fOMYS AO Hld30 0 ` ,
zaww 4 iit• •- - .� d= U O
w w
CD w
mvaz EEO gv 1 a¢ ¢ z -IIIII v.: 0- tm-
oc a Wxx 3 0 /� fa a m .�11 t r I W
5.3 P..4 .."n 1
Ii
•
I '0 �% o
w zz‹. • p U F U w
�. r W 30ax V 0 "5 5 J
_. 00 a a
u�iz� ¢z¢ ����......... _ yWw a.o >>
Wc> t-.§.-°',, cc a¢ 30Y.i2iilS 03RYd j0 d61 2.Z.
Olcc z00cLLu_¢ �y I WOLUd Wf1WtNIW.0-Z ° O
z =¢v ¢.�, r lg O1w, O I 4 0 EI`F-
wKz vmMb - +,0u. W �_ ./ "210
a0Z 0� OW WW Z t1O O
��> ? O gWOW ` .0-.L I ..9 I v ` w
I-58 31320N001N31130 O O O 1n \
' S! 'q. i m y
'� z NO 1ltlHdStl d0 H1d3O 5 �!` t ,I p
Oc0 w ' t i J�
00 _ WIN.E-'NM.9/9Z zQ ��/ I 1
H 1t1ONWS d0 H1d30 02
�. = W r
1 O
1-o g
mm
g 3 O I 1 o c
1 vw a X z I�.� Z I �I W a W m W
Hit
I JjmQ o / I;4� COear Ill
Im U
I
=W- W
(7 Y? z y. t0 I O
`
o ° a Z o d
LL �
Nil. :�:
i
f pO w
m-:,
& 0z
5,it w
¢°•i z
I 3132JONOO.LN3W3O mac w za
2JO 11VHdSV JO H1d30 gig. y w U I 27, �1 a
U¢ • =o X
'VAN.E-'NIW..12/SZ y(ji 0W w
c 1l0MVSdOH1d30 3w of ���
o m.-, _ _ 5V. fat i\
�0w `+• ••'' w0 > N.
w w �,. CO-
, i� ce
NOawow . !6__ •
! .ii ?.�d�1�! O
\f
1111.7,-. .,"fireZ
:�.= I0
1 I 1 I Z ... I I {- I
j��
_ _ O 0
o 0 �i 00� t�
p O22 (� -ss zw_, Om w
f_ 204) '' w nmyzl I , NO� zj-'
O,- XX c ?cWF- ti,E- OCR
zoo? wo"9 ' WZI- ZUwW 0zz Uz
Nw§� _J_�JZ_N--mG ................0
UWfq W U> UU_u nU1
I
�wc l' cRmN a� ¢¢a �zy O
W>Z2 z O m2y Oa7S co
aaww o cap om o2>z
°I!Z F- W
JO z 0
I
a
co
IIzM
M
Z
G
I 11 Iw
a fix et nom.
�
EF" °>
am
_g w>Cr
,b-,f eCO .b I .Z I.
I .Z p fn
2 Od'o u_
I \ / ZC
io 3tx Wo
LU
¢ Z Au
cnr Q I— 0 W
La z '— z
w ,-- tjw Z .,..,< L>
II 0
z o civ Uz CC ppN Z
ca
~ W
a x o 0 0 z Ct
Zz �— '�uwimW� cc
0M zz- - 0 00 a G
U� v O -J IX
wa=Z=
Cr 0 3 J W Q Y
mKJ S tNil
I
0U Jam N {Z/Ityj tn V ��VIWF Z
U -�U W V)UlN t!I <1-- U + O W Z W VI N O
IA
C7Nt- H
Op NZZ 1 mm m lA _ ~W
7-Z Z r
Os .
7 ¢w W O w `3
_.� WocWi, �rnm ¢N < n Z = 0.Q u..0 m
g '�a Q Z
' V)= c3 Lu, a txil'>I tail OZ F ( [ �wM3g� W
tooI <mLL,u. - Zce ,- 0 W Om J �
�Q 4W`2V. xWWJ u,a. W W J Z W D_'Qp >
F7 w rot
ao oo�a a00� a� Z w o • • aOZOQ�
M w V
z 313a0M03 'J 'd Z ¢ d.p ♦A
D
w w Q tL w V�
~O �i H'i v vi cc =�DOZ�
Z
N w<—O O
=zUW� a
.Zit t 1.
�' tnwI—ZX
i a I b/11. IJJ 0C tn¢w¢ Q
- a
I
/ /i_�_ \ / CrCrLn
_ B
Ce
/ /// \\\\ \ m + clams
/ // \\ \\ 1i‘ 1 i 1 II-1 W. ICI 0 •� k •..6. i
l
re z cc we z
\ \ � ,,..., ,, 1 r. . .
//// / to ._ .- n
I
\- --__ + vCn• Y
ma3 Ow
/ WW / \=1\ \\ a-
...1,...
-
to st
OW- •
• Z W
CL
CC Z pp ••
z Et
II l^ �+li o • V O N R
Lz
> \ t Oz0
I cm
a i
N
R
i
Ice
I
1
Direction of travel I
11
Marking nail I
same side os cleat
8—Penny Duplex nails
to
111
10" --`,..."'
I1
I._
I 19 II 4" x 4" Post VeI
I l; IFinish Grade
ly It
I IM II
30" I IM 11
1
I t1 II 28" _
I ' II
l I lM l Two double
1
I 1% Il headed nails I I
11 II
---..L. ill I 1 Cleat 28"x3"x2" II
/under sign.
�/ 30"
4" x 4" Post
2° ! I
NOTES: Aluminum cleat attached f._-0-- I
directly under sign I I
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 I
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING, 1" !_I 1"I-•--
RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. I 1"
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO TOP OF CLEAT ! 0 0 4
111
5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. CLEATI
4) POSTS SHALL BE 4"x 4" WITH A MINIMUM LENGTH OF 12 FEET. _ (2) 0.156" 0 NAIL HOLES
LONGER POSTS MAY BE NEEDED TO MAINTAIN R—FEET OF VERTICAL POST (PUNCHED OR DRILLED)
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
I
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2—WAY PLUMB. NTSI
CLEATS —
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED
I
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM 8449-67 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
1
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
PUBLIC SIGN POST DWG. NO. I
<%=<\ IF O�.C G V ay WORKS � �
I
I N
Wd " Qg
�x� i , g LL . Et O 2
��o poi w o 2•%LEY dld,'y y 1.~�j 04, m i' �2o�oa <°o LLLa as
°a r '� WiW g. ��-`W'Fgr� d oz53 0
O. o °�l'�' wSrS0 �' +,V.`sOd gyp' rOzmw �Z a3y�l>2 v m LL r Ow Nw Sm Cv ya hWi1/YIpy WO� N33O wrcWo.2 r ps' w1wy� ' �` V mE a �� O.Fmq -O ymwyx O m w �OTfLLUmC' -•VimZ ` .+ p acc; awammi z U6-9LL� x6 > O O OWFm LNI r� w� rc0 0 oLL O J ❑g LL �m� t..l��
Zo ,A,2i2 ° O o� �w �d Ods / yy 'mm* 0 w > a
ETh akgzx. > z �� N� �P O�� =V m w rc 8
n° w?xa- w — o r za o,HL pR mm a qa
00 <Y�-wiK J N . ///J U (9 78 W2 0 ib
us() m�3�LL 0al 8
-6— < W oz 14,�Ox �. /1,,,
mi,
Ni` W8 30 4 F mi
m
Illa 74-_-± _ - o
_1 -4411111E-i-
'`i 41ta .
t CI C7(r,
o2 oW v •fl
H
w -1'4 - \ 4 r Ow . ,,T, . as LLm oa 0v�i = ,1___ WZU o Daa1. z
O
clin
s-Zo °,y
_FZ ljWreQ
W �
¢ O Z wV p I
W Q
O zo O Z
I
-La
-i wWMCC O_D
NU ?m 2
OV 00
I.-
CO)
m C., z
.A"AL
W
III ' I .A-.9 .A-£
El cc I W
_
II
° 2/1.E'.L 1
.ZlL LIr �
1y, II „O �'
1,61,2,1
•
— 1---1J
us
'
Ti4
W2
N
I
'
iJ� .�.i �.w6���so:ea3 __� E , EEEEEE;-J,
A mP
w
a > „...„.000111111111,
' ' I N. 0<Z211002 Z i 0 x 2/1.L .E „4 wa!
w IL
m O OF > O WO 1F /F
•
w
wZ a. t< 2 j 55 jaoa wm
UOo E° y d go ZO O
<m vr� 7(
I 6O Q OO °� =U .7.2
'a•� w r z°- a
-z w r dr ° °
`woo F 3 u'.o de, w
DrIS:OI C a_
11.
O� a
e)_1 Z ? ?O O
Q QH < O t,
W x
z r 3
�
...
-
•-s-
/A
/. _ � O N <
O O GF�/ � <WN WiZQYO1
wLL —1-
I.
r
I. � oj 2
z a 0 w
No e QwLe re • .- ve
y gA 3 F U -O O#
a $ m .IpPal.I „
4 �. . a = w ,it
OU
p =
_ O
III + „ ^ aW E
2
I
mm ) C o .L-,LI
1,1-
0r Q Q
�Q
oNi LAIllipe
a cila
W~ I W a. =
1.- Wm • O2$ 1
' mpJ w oox�o g
xz a
'o
o Lmhe 7 --r-- o
aw
I iV wa .8 I w ~ m5 wp A
zeci :
QLLVlOm < 0Na o
Q ¢ggu wm w u <
m f rL
Z m i
w O NO 2'_9 W J— O
E.' a 00 °
°o 3a-
O,
'xto
Z
Z Ow Z iti
E
1130011 N2IU I AU NMVNO zx
•
01
z 0
.7 CC II
0 4 I
2:5 ...._ .
-J Ul Z il IP
@ mi I gf -.1110 -I
7 *ai W
,.--IX 9
i W Z U 7 5 M,
; 1 17 1 ILI...-
i re 5
x LO W ,• ..I If. Z 5.ZrL
wo g3
E-.a - :c-wo 2 6M1 .
I
? i 7g71 0,5
w s
ill El, 1 I- 6 1
1-2e, < x,(02
.,,, Er ,_ gs g. x
a a 1 • H.- ;71-, rc uj 2- X z --6' 8 g y- • -,,,,.....20- , 2 i 0. a- 3 i
u. cr
0- ..0 - a co u. to- 0 7 LLI
.12 i-to / - 2 ce
gig! e i -a g L oils r 1-• 2 IT ,'
°F2- .- •-. gag ck 0 .3 4 itim2 CI 4 :
'.9L.) t g 2 ja '.2. N. alio / 11,2 a tig,Tah,
9 e) 2 e. e -‘,-- ---,-.-__...s. ......".
._,.--- z4g. i C5,4•2 4H.L fl'z
111
0 2 o i o igi o .•.-
A .. ...
0 w *.i'i,!1;3 III a a 1
2 F. al g -EA
.3 ..„..,........... 0d, < 15,25
z0.0, ›- 50 -z 3'
g Li um z
,,Ic iv. 41
zt,. g .ft .._<
a N Pc I-
0- i -,.... .
, hill ti 12,7,6" W 2'•21,°-
'a 2 i It_ .; .„
II
l'1
.g.
... . :,....,..
0 zEil,_zz
a. uAzQA cO aill } .1!MI!!1151111111111'/7\
'
dIIIIII FAO. z
2: '177 I1 / I
.
0 t
'
D gi 0 a 2 1 .91/E iii.:, IL_ •• ,_ ,.1
. ,
e. a
r -:-mituiqui!
,22. - g la-, %- . EV-- •,, ill .:
Ai
-
-r r ''' Fill
me A . •-- :
L... 6 . •, -: _,J. . , .___..-f___.--,
.. -.1;g.
0 S 8 01 -0
o -
' z w-P2
Ex.
•. z,10 ,..
• 7E Ic. .
ICI 0 0 0
1 a
aI ai E ts .
w S 74 3 mow
_, 3 a; 8,0.3 il \ • ')i
94
I-
Q
I
bu Eililt ......_ t'-' 03 •- 5,Ei
4/// /
g 2.6 ,T, e• 0, ?II
2.; ‹ 3
-ii, ii ri, 13 z .53 •g, n .. ,. , // /
I
8 5. co
a • 0- ., s 33 1,.... -5 cc
0 __, F•_,- 3
0 /// / la
w
\ / , i
E i=s v. ce Tut= 5 t2 tr,d
0 u.
\ /I/ ,/, , .,
41 go-8 1 8 -2g, 3 0.
0- I. \\y/ / / E,
a'5 a ,.2
I______.... L......-e, 4 , 0
U) 2 co E ...Z• :8 0, co
„ t.2 / / \/ 0
1
.<
/ <
z •,' 0, cri .a: .i. 1 a.'
1 2 d' 0. L _-_. -• • 28 cia . z
I
. ,
--' - h-
a
.9P9 91. .9 ..L 1 3 CO zz-
ii,i5, / , .--:-.6:-.._ ) . fa
wrs .4 w
ea
0;
a-
1: I •-• -• '-f • i4L, I a_
7 •
r, 'I I 2 \ '\ L______ • r zuca
F-16 a.
111
r-.4-44_____ __ __ .=•' • , . 0
- . ,_ „Lc
.ZJI. . C..- cc^ C7 •-j:' '' ,,'. 7.-----N-----s' -i
1 ILON 3S-.8 Sind 44.
0 -.0
.9..1-1. , 1 i
11A2g , • .,- T I ,
8 0,
LO. Id;
o,.. .."-¢- 4 '0''' 211.1. '.0 ' t• 1 Ol "1 to
I
a lt Li'7
0 co --'"--
z
0 i I Q' I CC 'ID 1,--;
0 i
3..., .11111 ,- 0
1
i a.
W UJ i 0
r- !
I
E,3 2d i
.7. j
, 0
-
0..
x z
o
0
, 1 1 C.M (5 'i -„,-,,I ..-,.-§. LI.3 4
0. .a,.z h.- a
2 ' / 0 wo I g
...
z
0 n
. . t. . ..‘
a 1
111 0 to • • ••
2 ,
, .
ui
. .E.:
, , _....•
t ovii. --+., ..--.. i i 0 it
1 -,;--: Till ••;% ...L.,,t7,1,1 I Ul
1 d z°.g >
INIMI/Iiiif f 2
4•----_ ES
I G G 1 § '- 4:r.
I1 N I il.
\.•_ •
.1 L_
• . l'',1 . c.) 5
' ILI Ge
U.' 0 8 tl tj
-4..
1 1 / ) . . . .
j 1 I
. al
.....1 _
MANZ 0 X ,
., ff.a.- a w -
u, ..ttLLI 0 0.CNINI.
LI):-.,
1 2(1 o
L
i
TI3001Na9d -A MW
ig
la
EY ba,, 0 1' O C g € 2
0 Nf�t. z WenFN W i= Q
hi !
z y s w �\`m a a' d.=Z � LL �3,
u_—
H
<mThoNw h
�"' gom Sog J Iet
H L ���w e9i r3 V� 3
Y u.O E a6 O v O cc I V 1" '1►
' y Z mm Ci bEr S� m
c
t
m .gav a
2—S c -1";-'t i -li - ..��
I
c ELT W m
IW
b t. (£31ON 33S)-.4L Sflld.H.,
c --
m Itoa. co t'i m a-L 'y
d m; ° .yi a \I
�— e .4 e W
a
c—� c W O O m !
IV:
.a 5g VhJ
, Im c m Q wh z0 w' G C °. W LL O \I7iv b W
C mmg `� wo 5 5 Lu a
a. fiW E Z O zF a s 5.w ww O U
E ��E �' o °a°F 2 W 111 o co„ I d o
II E O W v xx 7 _ F 1- o~ .2 W 7� w a, 5
m I- O� m m 5p W
.' ay8 C c CmA OLL w00W 0 W Om O
ttttQQ > '� 5 LL Y x otr c7m �'
F 0 bot 2 -4 Eo El- O mg U U . 7 £e0 gemW/
2 N ni V' 5z zos-tF. a aQ \ < a LL LL LL1:-----7.------.1/
U
a (£31AN 33S)
FW
U .9LI80L I .9 I 1 1 � ' � o w
IT. o
E1
I \ a
_ d1;z3 4
_ox-c.5
-w02_ Q __ ,4- -__, < d
f '6
0.
__' o. m
us t 5
_ _
2 Ua 2 a.-07 W 47
W J p0 II„,,,,t; I 2°
O Za ceo ° 0. .`moo,
a o~ oo fl ? kOJ
U _ ,
�W m =w .9-.t m
z f0. z 0 i- o a ma ' -
O O .-I/s1 LI
2w O--
iii
K W LL? Sm� Km G
' U uze W W
Oa` w°' LL 5 7
°
° ' a 0 w �S
Imo 2 N QQx240^
1 w ai gc W `w O» a O
Let! O Nj x w �wm0m¢m�_ m
Z Og I- W WKW�N p`IW-w W
a5 w a m�ux0g <"�w
.7JL ► z z^ �g a�a��� a�? _
I
w� "g w� ~ wZ �w3 c
m ?O v F7 gOg 2
Z �x ?a m° a.-.wQO O_a e n
0 0 .� 1 =5 m-ro
W ion g.q$COi
M' W j �' F I� \IIIIIIIIIIl111!illllllllll^�
' 1111
r.......
egt • f�ilI .. • .mZ2 . O F J
1
,...... 500- a410) �7{
`i`-.Ina.. �mswa'� ,� O 'U y
a3 zJ zm° ��z = O Q ���_ I II 11111111111116 o
IL-41-e- •—N am o o,1 o U •
- fO m�
W %Fx Z°�Z2
���� Q so} Ian'J W . s
I,.w...Z+my~ gOZa W{�C WK WI--)a W`� ?F-O 2'E 22 ?m
�J WOU~W gJU WK mxa C7V m�
pZ�� °2 °� � �{sU m W F- oZ2
Oa 2 Zm °= O- �O Iw- w i
U'F m 2 Z_m m a.
I
U m n ro O
-moan 1.41:13A .A8 NMV210 w
a N
I
—m m m ao,� z
e m r� o ���EY dr��y/ �W o F
N O c fAmE c rn 0. ' w Bir s a
m 0 '.9 c v_m ,t 02' Q`L' ' O# yd 8'- ern `" -m+
a c tp 3 o 111
" 0aU maN c ai oma hi4: I
c z a i • 1.m o _'m o z� '�▪ 1 Or I .y a: z ,Yl�w may+ 3
LL C C _ C9v c in Fen real �G O Z 11-11.0 Y�
m �2 , ¢�8 m m 0y Z6 2w Z F ��
» a m ea m m q o fn 0 CO aF csie. 87 a I
t co 3 c tom _ 0n I.W.
v 9 1 e i m$E 0. S �a n WI. =z = dQ
C m G a w ujiz�
• g •t..C s 88 C m12 13 W aim Zi ymjC .=co ` JZ aj �;
Li! 7 �n u 8 c-7) m c N Z= zx .0 7Z a I 12, .8 '§t, co a ; gfi_ a 0§ ;6 a = J W8 0
• o c— m m c a 8 m ip —Lw _ I
UI]
�] �y 13 wo▪ m" .1 m a$co ® o m f0 -ui'trcs v
n0 p� C
4 mm 4 i . 2ec8....
°a l o zoo K 5
W .5- ,r N 4 -•00 Q B 6E w .E-W J 77 t7 •
la
�r. a
t» 2v 9 mF >L $ eF- 3 ix,
.0i i
s mf -a-a e v m m coo o w
v m a OU = v .1Q 19i g 2a z 7'
mt� cc h t# maE _� �y 2 s xm l 1 u
i t
r �n VS 3- 3 tmo 8 m 3 mg41m !`6 U a c z ow i11 -J
I
a .- N fn Q LO ci n m-.. 0) m j. 0 p8 !f
m 0 O 0W
02 w 0 7 2 1
ZLLI i
VZ °- 2Z Z C7 O �\ 2v
m U 7 N \
,,,wz . .. 2 O Q LL� j y2
QtQ1- O In =1p w a_ 0 0w 00.0 1 wU
Z7 S S2M 1-F4 WN U 1.- 2w 00 i\\\
G UQFU 0L J _ 0_, W Wh L— ��,.
FAQ ,, 7�a. y0�1W-. mC 2Q 2 o.z i iii\\
b
�_ ce
= Wy Z 24 . O.
j�
F cul wW U 70 0 mom \ a
? wo I �l , z
I
5 LL
2 i—
^ J 11 '6. 1 ai
Y I O W
/ I aw a
xv
1 \I
I.Ill
os '
0 Ou ¢O
~ - A-•9 Wi Zz
a •�a0 ^W
p LLN
WQ
0• Luz OQLu
a m OFw
OU
i LciyZj %_ OU
• =z° t
Fr_O ,i-. t w2
lasy Ww EO
I
o� I a H
1.111 LU Ex
m0i3 W N WU -71 ?x Z ww0
\ �� 0 NY \� c. U LWLLL u- G
v O1 000
s�t IIN1 z ,- C7S = It 41..,,. lit, e))):lamp
m m a 2(5
O j 2
n.
0.
/ _ W
=w0 uw w M
� � r
s— s111
--1 w
pa Lu
ffw Z
Q O
M
11300111,120d .A9 NMV210
<mnewxonaawi 038AMMO 0V 7w0%.[10s p
sxrumua.wnaurunolavehxmuarsn aAISIMOINAYL i 0 N
�9[S,wmio axsov .r 8
INEIMMIl �,r.a.m,m,aa < m a
Em N
<
n
�pEY U4 � N
� a�fy
I . alJr : dd� �
0 Z ZyJ
E..1
C '` `moom o2.1.,45 ZQui8
WFd a u- aocp. 4 ` .apuip
A
4, a CJD►
I
uWa
Za
N
d
pzJ a to
pJ ~i0y Z
<u) wpYK W_
ILI
2W W—co ELppQ2y q� tlJ
k4W <r3,_ o
• a. N 6mUg W
z ....12
i
o j�
CD d 0\ SI \.co W
O
Q W
OK
1
Lt g
0 of W iL O
Q }
W J
a CO
s` w
• N
Q
.• N , V EC
ill kl! ! I o IL i ® .1® s o
I•
•
♦ ! o < as
r 1 m- V © wa M
• & illi J W
• L W ai a Q
Ii E t w azp O a m
m m
' - - ♦ .,-, Q O', vU
02 yi,
Q
I M iiiiii 1 1\
•
$111- 1 k ii S tify,$t li
1 ® IraEIEI !RP
c .el- ii
•5l _
co
z
w % 1 o
I
y w
zz LA
2o
Li W S
z
/ �+'rAi �
i Z J O J O O
¢w¢w Z L'
JZZJ w~gQ C•O
• mCkm (9 R1 RNw�¢•a_y
' UpSN L.Z 2a 2 a
owNa w, Szw<z*
ao.ay g k��.Y r.a
o, xv�mm ,F,.1
ku N N y ND i J J
I
y u_.--a.-c as0o
OUO5JAO VSII A8 NM'di10
zsanonixadocarvom
.duu»m. +wa.mA+Mu./3v 2 0 N
0 NOIEEDO SI*WOW.uscaNsarronecam a N a�
4 Weal'IMO 2-m o a
611111,"I4
y`�',a�` ,? Pd y8 C Z aA W m 1
0.. ''` t A ,R t: ,..-• ittill t f, Al
,, J A J �O disco"
d N W �'.u
�: 0
�d.O��ds 4�9' mm0 it _ 4§ e
un- Z Aa
s
rO 4 1- Illip
0 0 I I
J r
7
aiI->F
0 —1 WLUE CO
i
'Q
15
/ /`/ 0
4 W 1
.,,,7 ,,,,,,, /Ai ,,,,
r O.
.„, . al
, /.1
w
S.
I
re Wen\ m m
r .Z.
2=cgm
of © WJ=
�xI
w pa vyg
u�
o Zr. $ Oliii
aZo \r \ \ \ s W t1 Q w
ca
4 ,/j O is 1LI
WI
/ `!
CO
O O �;. —i /
KQXawx
_C`/, CC
'® b C Cl-
CD
Q a oO O w o
z wo a
1- w
O o wc
-' L6- Q © a
I
o f o -4,' 5 J
co ra
\ z �� w ra
n
=N off'' C' at
re o! / Q a
w %� O I
m k
J f Z m i F
•
z¢aSZ 0>
A a
Z O
0 0 °• N
0
z z
rc
w
0 0
© w
a
/ w
Lu
co o a
/ I W J C'
U w I
U W y
m ar °
�dY j� ¢ 7
r
® �w%wQ. o�
s ¢w = + z
®, \e?4g7' T arias ¢rte 80 w
`• I IZ N r W XLLxm WO
iCW z 3 W
'� � - m?^yo »zrWjWoo=m=ooa
¢*ecgocgoo` 'oz 8
,_ u. -r aga UU 0 ..Z.aaodAo vsn A8 wnvaa © x 0©©000000AAAA '
•• _� ^ O
I ^
I/ •O'' 2r,,
-0•5 E ~
Zp0 . _LL CO
Q 0
to
0
- yXzo� F ap �EY d �DQ '
w o o a, -a a � JJWgwi ¢ zN!`�� em m = mI
a .om29 - 3xz a io �,E u
NLCFm
c ,E° m
Lmv Ecm Z � �p$ �
O m N ,OQz O °o�m F ¢2LLLLpmaOLL% �wa • 81,5 Q., .
- az> Wnvow�, =^ y3Z Z m J
$^
•
O. J zy smmoa.-. co._ ° I-O S. m W~ > am moa woa 0 T 3 FLLE ° ff d a i :_iii
z g` 'ai-Ia ��Po�?<HL `R4O°om514'::\-' ��_�QF2ON O io3€i,: ` $i N �0.7- I0 -am i ocs ,dEe b
m c wai..:-. 2 O 2 0 *0 ��_ Q SBIZ0 < 34a $ m m Y.0 Z�m�•3 c ao4 1-
a Ec �
• av g m n � =
am �� 1 _3¢' ==tN1 L.11,. G o L $
S
3a-
1 w
2
°Tsf $ a
E a o° E $
.8 w „ ,k-R, '
n ¢z 2,-,-is
zw F2 ill
1-0=1c7J
2 o2
a =7 i
wp3wg 05 LL 1r We
w
! .-.1-
1.-.5
z
-a w
0.,oz aWg-m E o. 3 2 w x40 w w_ oa ao `m 3 - a ¢ W _' J°L $`4UW2-7 2" P , _W w 0 w r,
•
21- Om a 1 5 W° N ? W ZK im V a w Zi z wO1-t0aF
scqui t c2. ,g2v g m i - z � i Oxzww F
&Lice =CI
ti, Dz. Oa2 8 l- �p °z00 0 Nau_ .• c?Z _yp Q �+�fi m �m o J ° S 01 I �� � ,li De.i cO •c
Z 45....9. oH � mHp w w . mt
-5Ww 0. Z % 0
.a w wcwww i >¢rc Zz WQOQ
aztW
awFwJ0a Cr 0Z<
L3�� 0
ap ®_ o m m wm w 70, W zc 2:: c n m,2' 2
wW 'o
:..=I caa E0oam°91
jaC
CD 13
Ill Ca Na v'�$n -, o_co Y
O
ow 401N0I3H
• o a�
w Oa ° a< iii ..B-.L
C WLL <
r Y 0 W d N �d� can') ~
o ,z 1 all re
w, II
alo.z L z o
I zl �= MI i z
I I Z 7
.•r” J {II �9 O
NI �I•e'l -lO"CRY •I _•—•_•_•_•_•—•_ •___-_._._ ��f � o� T,—•--1_. F
co W
tz 1,4
ALL_ �� CC
� 0 ra Q -L-r. - ii ' e , N O
1 .0.
0 00 I y el V
U 6- Uo w LLa \� i!}d X
J �_ KZ Z _Jz ---
a_
OV !} f i} !I- !h 3
i
LW-, N O O WY 0 ZO )LL JQWm mam Wm0 Lu a
° F- m �U Z 03
2 w ~(W v Cr 0 ( NIW W� �•+W pKW 2K 2K
Wm0 `l W Uf/W} SW ¢ .074_111
O_,Z�O� WLLy m ffg K O M$O
aWW 0 G jU LL J j0 WLL' = K WZ0 $U
la-W� ?U a0 w aLL FFW JW S' 6 ~6
JJa <LLa d>>� g� W
zo chi � No U �a mmo azo 03r wa nW. N
I _ _ ��a : az
m ao 'v z mz xx� x� < o b m
�— �' 0 0m J �a 7d�d �'o m W
"' <LL o o x
�� s w LL 2LT
1 L, 5
O W ? a
_ _Fron
Zm
WfO ..9-3. .,a-,t,
°
ig
Luea J
„g �¢ Oi ('dAt) (dAL) 1-
°W rw 6 W• wv ,Atm 2i10 Zti.Z 0
I
?O g0 N� ZI '1. _ - o v _ _
�x CL 2-1
�r�,` UI ay } O
El g• ^j '7 w i wW
ix
Z j z , f
= z my0a O a I mO ¢Z I j t 0
m m �_ ▪ IyOIy�� Zo �F Ia O
I
ce
J C' SJ =Q
C;/›- 213- -All- 11-
/113
F-
W O O F ZO 2 (L O_' WjFm J m WFO EO O
= H J W m¢
W n -� 0 �� az VOLL U NIW !0 fgW O w Ni¢ =s K
I- : H w 0 ce- a ¢ F-, waw mxm rc a w0
CO ned' OJ UU Zm iW LL 7 �' �A',Z o0 GWS OAC w= gZ
I
• .-li O W O J UW WLL' C''° ZU j jW CL UJW ~
Ei LL 1 i W < �cai • 'a (5.
�Z m°md z'o °Sd ga
w
O o O mw ='LL o0 �Ow bw ? o 0
LL h J� - 7 KU SS � _
Z m 11 W HJ U ZUZ xW W O
LL' iz
I
1130011 N2134 A9 NN1V210 w A 2 2
X
w r w 0 . sU NS U
°a
J O
0
g.,e
0f, = �4�
waugW ° a z
0.
r2 O a 0 r z �� � _ Q� !"
g
t
g w-N - w o ma m zibt.' g`�iarwZh' N N ,1:II
^d �, m Y - d,, . • - J 3-2
- $ 4, A;c,,ofidr� eRte' rc xUIOd 'g9 SLa O *k.� WW�� � 1. �F .11ida s Z=°3?o wz 3m* 0 cl 0u„,„�
; 1 �
O N h I-
)L— — - - _ L A Q' _
p i�♦„ N H a.
aZ0r b
((( \� p W ° gWOA Z \
yJ
t 1- 5LLa .1 ' -N\ l o 0-IQ r` w \ N a ~6
III ZZrryO I inCI
w
301
jflI : 1JI
5W 02LL, �wm W Via:_?C \: 9cfa MI 5
v_g liklr
m a, -O p6,..5,5. MEhow U Zo wz .BIG.£ J rrpjw z
¢ L52 U
I-
to \ a Oa0 ° 2 _ 002
O w0 z � i ./1 ¢ 2OO m
N0mppj � O °w Q0UNaV
z0d Stz oT
'' OwtZ "- aa° Nm fZ a AZx 2J aW'NJp
` XU 7N
O LL RNa
W xq5 = JcOvww1 A-.6
--I-I ----
° 1
Im .A-.Z 1y Jii .P ..B-.L
BIE l � 1DIx
; r di g rJ
-p .21� ' w W i I I
.en L' ' , azb: 0,-', gz a° ('du) ('du )
_� i aWcc .1G zi al I I .Zns-.L 1 1 2110 I.Z Z
J1 `-- I t 0
U J Q � O ~I o t Q
fir (dAU.4 r x n v i W gi 1+ ���- ai <
b i. zp O
c 25 a �> o Nliki� I of r o w w
i
10
IL____4_se.
55
.1--/(/l' m, w 02 y ` I iii
'aa7` .^ l/// / 2° (0 a Jz t r^ I °i\� Pp I 10
at
SGL \� '.-� ma. a m0 o zre ww a :i OT
r---,...._________.--- 1 2;7; K LL'O 2
WJSUNZZI r t 9- t I>. JoA iY.
yy>1F 1r
o
x0 ° 1pK U W1 1 87pNW m aN0ZJmONyi WNrKO W,,+Z taxi.).OZf1¢
if p 0—JLLNa� N UO
¢LL W2 LL
° m a-en Oz
� ¢U K (.. 'NM .-IOLL Na LWJa xN p...1 .1 ax
I
ww- wa rj > J xN .�-z
Nr U p H JrH� °mW=UV
UO ayNd ° ¢ ¢Sa. m �g I. aw ? W � F2Z24
UNw m ZO 2xLLa
O y a JaWW a UO p° W
o w. z �'LWW ° ° coa - d ! ° ° v
v i WLL taw
$ W WQ
xw m
tfi
S K y 2 W
<g2W NJ,'e
J W
f ;.,1- ro wxw� o§§ Y•Z =
II
2 O
J
o O ' r)_) iry` 'Np vN Q
E L4- \/ /4 tuozmZ WaLL
$ 'I 5 JJ-3,w wwc g
N°� g a II
Killw02 'WIO 111 OWy' od ' (dA) (d1
'�' OLm ti° ZLZ p` ww W d3I w
co I--tl3 ,J Z
wY WNJI
cia-
Z (dL).OZg
aen x O '‘ii
.
J Fg �, i _ ow •
g / Z - _ c dJ
-
gK LLrm
a w- <2) g .6-cl ..1 ,,, _ ________
iu or
o
c▪ i
1_ 1;# ,Ir m W Ou. . . t 1> J > tr tr o
Nr °o ° . x Jo u� 3a WJE yJ Lip.
r� �_ , zOg O U 70 v v w zx m amN ?my AZO rxaO
.o Ny U ¢l oy� Z LL 'NIW 0._ `� WI a� tw- a i O y SU �°
c1i Vi z r� ¢ 42 -0-Z v arrilw °'xu°I z rz
r.
aN9 '(U, II w 1 ° 0. ¢ w p▪x a LL1U 5 �z Au'1� ? d d
N J �. ti Z W W Z W < O O
Nam cam.) °= z� w J vwi ¢ Is A a ct
C(8 sLrG e E r r ° I a
�° 1130011Na3d .tie wwvaa 2
I
I
I . R9-3A
11/94
8 C
J
_
I V
TE
, i . \ ',01. ..'' i -.'''‘''4*J
is
Art ,
�. } tai,
'i,. d,
I s3tik
,�:,. H .{y'
'`V''7,. fll t
rte,1:1:'
* i ,�
I .
A
I * See appendix for standard symbol details
I DIMENSIONS(MILLIMETERS)
A BCD F GHJ
450 9 16 68 138 159 19138 38
I 600 9 16 113 188 213 263 ^ 50 50
750 13 19 144 231 266 328 63 63
IDIMENSIONS(INCHES)
A BCDEF GHJ
I18 3/8 5/8 :3 1/2 5 1/2 6 3/8, 7 5/8 1 112 1 1/2
24 3/8 5/8 41/2 71/2 81/2 101/2 2 2
30 1/2 3/4 5 3/4 9 1/4 10 5/8 13 1/8 2 1/2 2 1/2
1
I COLORS
CIRCLE & DIAGONAL — RED (REFL)
SYMBOL&BORDER — BLACK(NON-REFL)
I
BACKGROUND — WHITE(REFL)
I
1
1
R9-3B L/R 1
11197
C D
I.
1h" uSEi E 1
B � G
► � 1
CROS MACK
R9-38 L
C D
Fi
r �D
' s I
USEf -
a 1111 G
CROSALKI ,
� 1
A
R9-3B R
* See appendix for standard arrow details 1
DIMENSIONS(MILLIMETERS)
A 1 B C D E F G I H
450 1300 9 56 75C 75B 38 f 38 1
DIMENSIONS (INCHES)
A BCDEF GH
18 12 3!8 2.25 3C 3B 111/2 11/2
COLORS
LEGEND — BLACK (NON-REFL)
BACKGROUND — WHITE (REEL)
1
i
I .- IMMI111111,
Ei
z
W
i ¢ dI
GZ Q �
M
Q�-
W 1.,„...„,i
1
Z
J ~d'ZNV)
Z QM La d D EE N
J x x M O S �'N Z
I VWi3¢ Ov= 0 Q�OW
O N 2 W W
0<V)CO Cr V)
W
J
0
I =
Z
Q
M
a.
0
i _
Z
° ~
V D Tc z
I Q W
° W
T�`___ - -°- - LU
4.
U)
I � Z
o U a' 0
J Q W
ce
O 20
0m m V
Itt
1 0 O / N pP:! H
Nov
�=I-- Jr
IX V1
• ¢ _ 0
Z w xo p p
I 0 v)z v)
_z
W < W - V1
/
/ U ix- z W Q
1--
V)
/ w p0. = J
(n O �ZZ W~ ~
1 // — - Y ~ = w
W Q x U r2
v �' W�-O Y- x O
a D 0 Cr U Q Z
\\ a OJ Nv,Z Fx- O _ M
X _ ° a' Z > - 0 M >-
I La
Ls-
CI D c O �pl NZ Z >
Ma Z p
C.)
0 N wN0 H x F N
Z I I 1
_ x Ua F N Z Q p
W 4 O V)W CL
m0Xcr JF Q Z
JX~O 41
K3 U 2 UVi
Q �00 Qo % m�
J^ W ace zr z0 a a3
i (77
p w- i-• 01J w0 I 0
O 7 ) W
z>� -1 y O . mZ0 X 0 M M
-,a J Q U W Z N Vj Q li (,WI
I
Jx= mN C7 UZ7 Z m r7
¢Fa w ��j0 ZOw 0� J J
W V) W (,�W Z J J p Q X J
VI Q Of Zr� ¢ N mcc M W = Zr* i
Ux Nd'W N W IW-ro Ln W N o TCll
D O d' _ W UJ J LLJ
W �:J
cii _ _X _w s
p �,oUw x
Z .- U Z V) N V) M -;i
:-
I
I
I
cc
a Z
w d I
cc ® �' I
J >
I
W Vi
7
N W 0
twit v '`
J N 4
N V n W
O Z6 5 m miLl
w _I w v
,,I'S
C 3 2
Z e{�I
0 �~ a Og W
-J 'IW �V
E z8 0 40�
G .ON O
w o_,J uI L.L, V
QJ F 3 v 17.1 v>
CO itv
3Z ani 5 oa Q
wV ww0 1,.a w0 ..
CL
'9 BHN 1 11N
z
I W 0
0 � N .7 O
Z Z Z
is �LL
oZ r
13
Z • UIW - r+
i
LU
.9t/6 .91/"1 LI ,— !1-7Z Jr J LIG
H .9t/6 C I .2/l / ^
1 1 ILi t ,..9,,,,-
--
.9i/t— / CI
I IA A � ! ~ 1
J�� 00 ) 000000" , 5 CO
le
1 I" Q 10 " � _
T— 000000A � � . o W§ .
:= I W�
I
_ - 6/p�0(�0000 ON4 rW == is
Il {� 1/ 11 11 Ot # W1� CO
\ , ! �. 41
70 v �i k y v _ _ W Z ,...„.....z _,
000 ) 04 , . ,„
" 000000
AAAA .2;y2u
(\i, 00 ► �� m� 1
.I 1 ' V ib - - �L �a \ , O.3
e ^Z n
t'1 r 7\ ixi
>Ti .9 t
a/s
Q .Z/t Z
E III
„>/L [t nen
4
i1
MINI E NM I EN EN EN I NE I EN I I NM O I N NM =
1 7/16" 11 1/16" FROM CENTER
5/16" to
7 , t r-
m
I" RAISED LETTERS %u%
SEE NOTE 4.
\ ,
� 0i -O FEOfR.<
G � '9} r n
I DRILLED LIFTING HOLE 3
,ii
TOP OF > �A; BOLT—DOWN DETAIL
DESIGN
AIM.) i A
ps
D 0 1/2- S0.
1/4" —II _1 io
,n
COVER SKID DESIGN DETAIL
Elm 6
25"
*--1L__
1� I I NI
1 v4JL 5 6I ` 1 3/1§:1177 NOTES:
n J L/6"
"I 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL
HOLES SPACED 120' AT 11 1/16" RADIUS.
SECTION A—A
2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06
3. DRILL THREE 1 INCH HOLES SPACED AT 120' AND 9 1/2" RADIUS.
4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER
REV MAR 2011 IS ON A PRIVATE SYSTEM.
REV MAR 2011
C=<\ FedCngWay WORKS ROUND LOCKING COVER D4-12O
1 1 1 1111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
CX17 213A03 ONfl301 aNflO J IOJ 31NV Jd S nd ANA og►a 7
o
'ON'OMO MUM
viol Ainr
V-V NOI10:g
..9/4 ac
I ,9/c 9Z I I„9/s 1
IA
Ilk 1 �' m
'srnOVa „9l/l l t ONV .0Z l IV 3WV21_1 I-,
HOfOJH1 S3IOH ON ll-AVG 33JH1. dVl ONV 11124 'Z —
„ye
'0£ SSVIO 9tV W1SV NOW ISVO Si lVI2331VIN 1 „a/4 SZ
-
:S31ON „a/c 9Z
NV-Id
4 d
IIV13U NM00-1108
, ,,„
I
-,------
�y4
______,
I + at, logVI
i
,I11111
03
'i „94/,.1 � L h
a31N30 WMI3 „94/4 44 `94/< L
Z HON 335 — I
I
I
I APPENDIX C
STATE, FEDERAL, KING COUNTY PREVAILING WAGES
I AND BENEFIT CODE KEY
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II
Page I 1
I
General Decision Number: WA180001 03/16/2018 WA1
IISuperseded General Decision Number: WA20170001
State: Washington
IConstruction Type: Highway
Counties: Washington Statewide.
I
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
I
Note: Under Executive Order (HO) 13658, an hourly minimum wage
of $10.35 for calendar year 2018 applies to all contracts
subject to the Davis-Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
II
1, 2015. If this contract is covered by the HO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.35 per hour (or the applicable wage
II rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2018. The EO minimum wage rate will be adjusted annually.
Please note that this EO applies to the above-mentioned types
I
of contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but it does not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a) (2)-(60) . Additional
II information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
1 Modification Number
0 Publication Date
01/05/2018
1 01/12/2018
2 02/23/2018
II 3 03/16/2018
CARP0001-008 06/01/2017
I
Rates Fringes
CARPENTER
I GROUP 1 $ 32.32 16.14
GROUP 2 $ 43.42 18.44
GROUP 3 $ 33.41 16.14
GROUP 4 $ 32.32 16.14
1 GROUP 5 $ 75.16 16.14
GROUP 6 $ 36.58 16.14
GROUP 7 $ 37.58 16.14
GROUP 8 $ 34.41 16.14
I
GROUP 9 $ 40.58 16.14
II
I WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 12 I
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter I
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator
Not Under Pressure
GROUP 8: Assistant Tender, ROV Tender/Technician ,
GROUP 9: Manifold Operator-Mixed Gas
ZONE PAY:
ZONE 1 0-40 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-100 MILES $3.25/PER HOUR 11ZONE 4 OVER 100 MILES $4.75/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
11
is closest to the worksite) .
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite) .
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite) .
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite) .
CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of '
established residence of employee (Whichever is closest to
the worksite) .
DEPTH PAY FOR DIVERS BELOW WATER SURFACE: ,
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
I
Page 13
II
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
I 0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
I The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
Ihours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
I within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
II -
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task) , where HAZMAT
I certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
I LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
minimal.
I LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
I
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit".
I LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
I
I
1
I
I
I WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 14
CARP0003-006 10/01/2011
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, t
LEWIS(Piledriver only) , PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
Rates Fringes
Carpenters:
CARPENTERS $ 32.04 14.18
DIVERS TENDERS $ 36.34 14.18
DIVERS $ 77.08 14.18
DRYWALL $ 27.56 14.18
MILLWRIGHTS $ 32.19 14.18
PILEDRIVERS $ 33.04 14.18
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates) :
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 1.70
Zone 5 - 2.00
Zone 6 - 3.00
11
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
i
WA180001 Modification 3 ,
Federal Wage Determinations for Highway Construction
1
Page 15
CARP0770-003 06/01/2015
IRates Fringes
CARPENTER
II CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN) ,
KITTITAS, OKANOGAN (WEST
11 OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
1 II CARPENTERS ON CREOSOTE
MATERIAL $ 40.46 13.66
CARPENTERS $ 40.36 13.66
t DIVERS TENDER $ 35.02 14.00
DIVERS $ 73.44 14.00
MILLWRIGHT AND MACHINE
II
ERECTORS $ 41.86 13.66
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
I
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 40.61 13.66
I (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
II free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham
I Auburn Bremerton
Shelton Anacortes
Renton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
1 IICentralia Mount Vernon Sunnyside
Chelan Pt. Townsend
II Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
I
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
1 AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
II 26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 16 I
CARP0770-006 06/01/2016 1
Rates Fringes
CARPENTER
WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR,ISLAND, JEFFERSON, KING, '
KITSAP, LEWIS (excludes piledrivers only) , MASON,PACIFIC (North of a
straight line made by extending the north boundary line of Wahkiakum
County west to the Pacific Ocean) , PIERCE, SAN JUAN,SKAGIT, SNOHOMISH, IITHURSTON AND WHATCOM COUNTIES
BRIDGE CARPENTERS $ 40.92 14.59
CARPENTERS ON CREOSOTE IIMATERIAL $ 40.46 13.66
CARPENTERS $ 40.92 14.59
DIVERS TENDER $ 44.67 13.66
DIVERS $ 93.56 13.66 ,
MILLWRIGHT AND MACHINE
ERECTORS $ 41.86 13.66
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
II
COLLARS, SETTING, WELDING.
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 40.61 13.66 II(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
II
free zone computed from the city center of the following
listed cities:
Seattle Olympia Bellingham '
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
I
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay: I
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall, 11Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free II26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
WA180001 Modification 3
II
Federal Wage Determinations for Highway Construction
II
I
Page 17
II
ELEC0046-001 02/05/2018
IICALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
I
CABLE SPLICER $ 46.87 3%+15.96
ELECTRICIAN $ 50.09 3%+20.21
ELEC0048-003 01/01/2018
CLARK, KLICKITAT AND SKAMANIA COUNTIES
IIRates Fringes
CABLE SPLICER $ 44.22 21.50
IIELECTRICIAN $ 42.60 22.75
HOURLY ZONE PAY:
I
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
IPortland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
I
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
IIZone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
IIStreet Atlas USA 2006 plus.
* ELEC0048-029 01/01/2018
IICOWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
ICABLE SPLICER $ 44.22 21.50
ELECTRICIAN $ 42.60 22.75
I
ELEC0073-001 01/01/2018
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
I
CABLE SPLICER $ 34.10 16.68
ELECTRICIAN $ 33.25 18.40
II WA180001 Modification 3
Federal Wage Determinations for Highway Construction
Page 18
* ELEC0076-002 01/01/2018 '.
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
Rates Fringes
CABLE SPLICER $ 40.05 24.4911
ELECTRICIAN $ 40.78 23.01
ELEC0112-005 06/01/2017
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
11
Rates Fringes
CABLE SPLICER $ 42.95 20.06 11ELECTRICIAN $ 40.90 20.06
ELEC0191-003 06/01/2017
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER $ 44.23 17.73
ELECTRICIAN $ 43.45 19.69
ELEC0191-004 06/01/2017 ,
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes •
I
CABLE SPLICER $ 40.82 17.63
ELECTRICIAN $ 40.65 19.59
1
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
Page 19
ENGI0302-003 06/01/2017
CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) ,
' SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles) :
Rates Fringes
' POWER EQUIPMENT OPERATOR
Group 1A $ 41.90 19.20
Group LAA $ 42.52 19.20
' Group lAAA $ 43.13 19.20
Group 1 $ 41.29 19.20
Group 2 $ 40.76 19.20
Group 3 $ 40.29 19.20
' Group 4 $ 37.70 19.20
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP lAAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments) ; Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
' excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
I
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
' including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
' Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
I
Page 110
GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3yards and11
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
crane mount) ; Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar/Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper-self propelled, hard
tail end dump, articulating off-road equipment-under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine-shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A-frame crane over 10 tons; Drill oilers-auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps-concrete; Roller, plant mix or multi-lift materials;
Saws-concrete; Scrpers-concrete and carry-all; Service
engineer-equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding 11operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
1
1
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 111
II
HANDLING OF HAZARDOUS WASTE MATERIALS:
11 Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
I
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
II H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
H-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
IIH-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
ENG20370-002 06/01/2017
IIADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) ,
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY,
I
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
II ZONE 1:
Rates Fringes
II POWER EQUIPMENT OPERATOR
GROUP 1 $ 27.11 15.20
GROUP 2 $ 27.43 15.20
GROUP 3 $ 28.04 15.20
I
GROUP 4 $ 28.20 15.20
GROUP 5 $ 28.36 15.20
GROUP 6 $ 28.64 15.20
GROUP 7 $ 28.91 15.20
IIGROUP 8 $ 30.01 15.20
ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00
IIZone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
I
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
IIGROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power) ; Deck
Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher,
II Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
I
Compacting Vibrator) , except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
il WA180001 Modification 3
Federal Wage Determinations for Highway Construction
Page 112 1
GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration
Plant (under 1000 ton) ; Assistant Plant Operator, Fireman
or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement) ; Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power) ; Concrete Saw (multiple cut) ; Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated) ; Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline) ;
Hoist, single drum; Loaders (bucket elevators and
conveyors) ; Longitudinal Float; Mixer (portable-concrete) ;
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled) ;
Railroad Power Tamper Operator (self-propelled) ; Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete) ; Spreader Box (self-propelled) ; Straddle Buggy
(Ross & similar on construction job only) ; Tractor (Farm
type R/T with attachment, except Backhoe) ; Tugger Operator
GROUP 3: A-frame Truck (2 or more drums) ; Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton) ;
Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix
Operator, single unit (concrete) ; Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar) ;
Bending Machine; Bob Cat (Skid Steer) ; Boring Machine
(earth) ; Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar) ; Bump Cutter (Wayne, Saginau or
similar) ; Canal Lining Machine (concrete) ; Chipper (without11
crane) ; Cleaning & Doping Machine (pipeline) ; Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar) ; Elevating Grader-type Loader (Dumor, Adams or
similar) ; Generator Plant Engineers (diesel or electric) ;
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or
similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- 1
crete, Whitman & similar) ; Curb Extruder (asphalt or
concrete) ; Drills (churn, core, calyx or diamond) ;
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist) ; Loaders (overhead & front-end, under
4 yds. R/T) ; Refrigeration Plant Engineer (under 1000 ton) ;
Rubber-tired Skidders (R/T with or without attachments) ;
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity) ; Turnhead (with re-screening) ; Vacuum
Drill (reverse circulation drill under 8 inch bit)
1
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
Page 1 13
GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under
' 3/4 yd.) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes
(25 tons & under) , all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons) ; Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
' & similar) ; Hoe Ram; Piledriving Engineers; Paving (dual
drum) ; Railroad Track Liner Operaotr (self-propelled) ;
Refrigeration Plant Engineer (1000 tons & over) ; Signalman
(Whirleys, Highline Hammerheads or similar) ; Grade Checker
' GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade
wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes
& Hoe Ram (3/4 yd. to 3 yd.) ; Batch Plant (over 4 units) ;
Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ;
Blade Operator (motor patrol & attachments) ; Cable
' Controller (dispatcher) ; Compactor (self-propelled with
blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons) , all
attachments including clamshell, dragline; Crusher, Grizzle
' & Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.) ; Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete) ; Quad-Track or similar
I
equipment; Rollerman (finishing asphalt pavement) ; Roto
Mill (pavement grinder) ; Scrapers, all, rubber-tired;
Screed Operator; Shovel(under 3 yds.) ; Trenching Machines
(7 ft. depth & over) ; Tug Boat Operator Vactor guzzler,
' super sucker; Lime Batch Tank Operator (REcycle Train) ;
Lime Brain Operator (Recycle Train) ; Mobile Crusher
Operator (Recycle Train)
' GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds
& over) ; Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
' Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons) , all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over) ; Elevating Belt
(Holland type) ; Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar) ;
Loaders (overhead & front-end, over 8 yds. to 10 yds.) ;
Rubber-tired Scrapers (multiple engine with three or more
' scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads,
ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar) ; Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
' psi) ; Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower) , all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over) ; Helicopter Pilot
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
Page X14 I
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0612-012 06/01/2014
LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles) :
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP lA $ 38.39 17.40
GROUP IAA $ 38.96 17.40
GROUP 1AAA $ 39.52 17.40
GROUP 1 $ 37.84 17.40
GROUP 2 $ 37.35 17.40
GROUP 3 $ 36.93 17.40
GROUP 4 $ 34.57 17.40 '
Zone Differential (Add to Zone 1 rates) :
Zone 2 (26-45 radius miles) _ $1.00
Zone 3 (Over 45 radius miles) - $1.30 '
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS '
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments) ; Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
II
Page 1 15
I
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments) ; Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
II yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
Ion rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
1 GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator-
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
I
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power) ;
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
I equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount) ; Roto-mill, roto-
II grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper-self- propelled, hard tail end dump, articulating
off-road equipment- under 45 yards; Subgrader trimmer;
I
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
II
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane-A-frame over 10 tons; Drill oilers-auger type, truck
II or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists-(elevators and manlifts) , air
tuggers, strato tower bucket elevators; Hydralifts/boom
II trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
Saws-concrete; Scrapers, concrete and carry all; Service
i engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
I
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type) ; Forklifts-under 3000 lbs. with attachments;
II Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger-mechanical; Power plant; Pumps-water; Rigger and
II Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
1
Page 16 '
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-i Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1 $ 41.65 14.35
GROUP lA $ 43.73 14.35
GROUP 1B $ 45.82 14.35
GROUP 2 $ 39.74 14.35
GROUP 3 $ 38.59 14.35
GROUP 4 $ 37.51 14.35
GROUP 5 $ 36.27 14.35
GROUP 6 $ 33.05 14.35
Zone Differential (add to Zone 1 rates) :
Zone 2 - $3.00
Zone 3 - $6.00
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
II
Page 117
II
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
II All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
IIMile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
I
St. Helens "Blast Zone" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
I
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
I
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
I
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
I All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone Ipay a for all classifications.
I
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
IIAll jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
IIreceive Zone III pay for all classifications.
II
II
II
II
II WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 118
II
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1 Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments) ; Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments) ; 11
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work II
Group 1A Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments) ; Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments) ; Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2 Asphalt Plant (any type) ; Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or "Trimmer"; Blade, Robotic; ,Bulldozer, Robotic Equipment
(any type) ; Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required) ; Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments) ; Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150' ) boom (including jib inserts and/or
attachments) ; Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
II
Page 119
II
Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
I
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
I
(150') boom or less (including jib inserts and/or
attachments) ; Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred
I
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
II Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
I twenty thousand (20,000) lbs. with any attachments; Blade
(any type) ; Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
I
horse up to seventy thousand (70,000) lbs.; Cable-Plow (any
type) ; Cableway up to twenty five (25) ton; Cat Drill (John
Henry) ; Chippers; Compactor, multi-engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
II Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
I
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
II ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included) ; Diesel-Electric
II Engineer (Plant or Floating) ; Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
1 over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade-all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver) ; Hoist, stiff leg, guy derrick or similar
II type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type) ; Jack
Operator, Elevating Barges, Barge Operator, self-unloading;
Loader Operator, front end and overhead, twenty five
I
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type) ; Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired
I
Dozers and Pushers; Scraper, all types; Side-Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type) ; Surface Heater and Planer; Tractor, rubber-tired,
II over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris) ;
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
II WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page I 20
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix) ; Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total11
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type) ; Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist11
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make) ; Laser Screed; Loaders,
rubber-tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type) ; Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size) ; Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser) ; Sweeper Self-Propelled;
Tractor, Rubber-Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6 Asphalt, Pugmill (any type) ; Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard) ;
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type) ; Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.) ; Oiler; Plant Oiler; Pump
(any power) ; Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt) ; Truck, Crane Oiler-Driver
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
I
Page 121
* IRON0014-005 07/01/2017
' ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
' IRONWORKER $ 32.64 25.06
IRON0029-002 07/01/2015
' CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER $ 34.12 23.04
' * IRON0086-002 07/01/2017
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER $ 32.64 25.06
' * IRON0086-004 07/01/2017
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
' MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER $ 40.52 25.21
I
I
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page X22 1
LAB00238-004 06/01/2017
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th ,
Meridian) , FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes11
LABORER (PASCO)
GROUP 1 $ 24.66 11.30
GROUP 2 $ 26.76 11.30
GROUP 3 $ 27.03 11.30
GROUP 4 $ 27.30 11.30
GROUP 5 $ 27.58 11.30
LABORER (SPOKANE)
GROUP 1 $ 24.66 11.30
GROUP 2 $ 26.76 11.30
GROUP 3 $ 27.03 11.30
GROUP 4 $ 27.30 11.30
GROUP 5 $ 27.58 11.30
Zone Differential (Add to Zone 1 rate) : $2.00 ,
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1:. 0-45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS I
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson) ;
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
handling the nozzle of squeezcrete or similar machine,6
inches and smaller) ; Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material) ;
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers) ;
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal) ; Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
8 8 Y
I
Page 123
crewman, including distributing pipe, assembly & dismantle,
and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman;
1
Scaffold Erector (wood or steel) ; Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures) ;
' Tailhoseman (water nozzle) ; Timber Bucker and Faller (by
hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
' GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non-mechanical; Driller Tender (when required to move and
' position machine) ; Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator) ; Jackhammer
1 Operator; Miner, Class "B" (to include brakeman, finisher,
vibrator, form setter) ; Nozzleman (to include squeeze and
flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.) ; Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers) ; Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
' GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled) ; Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high) ;
Gunite (to include operation of machine and nozzle) ;
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical "splash suit") ; High Scaler;
Laser Beam Operator (to include grade checker and elevation
control) ; Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels) ;
Monitor Operator (air track or similar mounting) ; Mortar
' Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to
include working topman, caulker, collarman, jointer,
1 mortarman, rigger, jacker, shorer, valve or meter
installer) ; Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line) ;
Miner Class "D", (to include raise and shaft miner, laser
beam operator on riases and shafts)
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 124 1
LAB00238-006 06/01/2017
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, 1
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier $ 26.76 11.30
LAB00252-010 06/01/2017
KITSAP, LEWIS, MASON, PACIFIC
CLALLAM, GRAYS HARBOR, JEFFERSON,
(EXCLUDING SOUTHWEST) , PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP 1 $ 24.85 10.99
• GROUP 2 $ 28.45 10.99
GROUP 3 $ 35.54 10.99
GROUP 4 $ 36.41 10.99
GROUP 5 $ 36.99 10.99
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $2.25
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
I
Page 125
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
' final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
11 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
' Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator) ; Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
' Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit") ;
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ;
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ;
' Spreader (concrete) ; Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber) ; Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
' GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
1 utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line) .
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 126 1
LAB00292-008 06/01/2017
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES ,
Rates Fringes
LABORER
GROUP 1 $ 24.85 10.99
GROUP 2 $ 28.45 10.99
GROUP 3 $ 35.54 10.99
GROUP 4 $ 36.41 10.99
GROUP 5 $ 36.99 10.99
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective i
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ,
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window ,
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car '
1
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
I
Page 1 27
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
1 Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
' Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator) ; Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
' Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
' GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit") ;
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ;
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ;
Spreader (concrete) ; Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
1 cribber) ; Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line) .
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 1 28 '
LAB00335-001 06/01/2017
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE I
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES
Rates Fringes
Laborers:
ZONE 1:
GROUP 1 $ 31.36 10.89
GROUP 2 $ 32.01 10.89
GROUP 3 $ 32.49 10.89
GROUP 4 $ 32.90 10.89
GROUP 5 $ 28.68 10.89
GROUP 6 $ 26.07 10.89
GROUP 7 $ 22.62 10.89
Zone Differential (Add to Zone 1 rates) :
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER '
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS ,
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change-House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew) ;
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages) ; General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types) ; Loading Spotters; Material
Yard Man (including electrical) ; Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms) ; Rip Rap Man (hand placed) ;
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor) ; Toolroom Man (at job
site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher
(aggregate when used)
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
I
Page ( 29
II
1 GROUP 2: Applicator (including pot power tender for same) ,
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw) ; Burners; Choker Splicer; Clary Power Spreader and
II similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.) ; Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
I
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime) ; Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping
I
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet) ;
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
II
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
I
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
II blasting, barring-down, or sloping and stripping) ; Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen;
Sand Blasting (Dry) ; Sewer Timberman;' Track Liners, Anchor
I
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
I
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ;
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
IIup, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
GROUP 5: Traffic Flaggers
II
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
LAB00335-019 09/01/2013
IIRates Fringes
Hod Carrier $ 30.47 10.05
II
II •
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 130
LAB00348-003 06/01/2017
CHELAN, DOUGLAS (W OF 12TH MERIDIAN) , KITTITAS, AND YAKIMA ,
COUNTIES
Rates Fringes '
LABORER
GROUP 1 $ 21.21 10.99
GROUP 2 $ 24.31 10.99
GROUP 3 $ 26.60 10.99
GROUP 4 $ 27.24 10.99
GROUP 5 $ 27.70 10.99
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON '
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall 11ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS 1
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
II
Page 131
II
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
I
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
I
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
1 Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator) ; Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
I
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
I
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ;
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
' aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
I
provided in conjunction with a chemical "splash suit") ;
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
' concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ;
IIPipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ;
Spreader (concrete) ; Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
II
cribber) ; Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
I
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line) .
II
I
11
11WA180001 Modification 3
Federal Wage Determinations for Highway Construction
11
1
Page 132 '
LAB00440-001 06/01/2017
KING COUNTY ,
Rates Fringes
LABORER
GROUP 1 $ 24.85 10.99
GROUP 2 $ 28.45 10.99
GROUP 3 $ 35.54 10.99
GROUP 4 $ 36.41 10.99 •
GROUP 5 $ 36.99 10.99
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, '
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective '
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ,
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) :
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.) ; Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material) ; Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
Page 133
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator) ; Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
' Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ;
' Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit") ;
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ;
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ;
11 Spreader (concrete) ; Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber) ; Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
' GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line) .
' PAIN0005-002 07/01/2017
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) ,
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS $ 29.50 15.43
PAIN0005-004 03/01/2009
' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
' PAINTER $ 20.82 7.44
1 WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 134
PAIN0005-006 07/01/2017
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; 1
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, 11WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting $ 30.29 11.10
Over 30'/Swing Stage Work $ 22.20 7.98
Brush, Roller, Striping,
Steam-cleaning and Spray $ 25.19 11.10
Lead Abatement, Asbestos
Abatement $ 21.50 7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
PAIN0055-003 07/01/2017
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller $ 23.02 11.02
High work - All work 60
ft. or higher $ 23.77 11.02
Spray and Sandblasting $ 23.02 11.02 '
PAIN0055-006 07/01/2017
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES '
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER $ 34.87 11.46
i
1
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
i
Page 1 35
PLAS0072-004 06/01/2017
II ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
1 COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
IZONE 1 $ 28.23 13.77
Zone Differential (Add to Zone 1 rate) : Zone 2 - $2.00
II BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
II
PLAS0528-001 06/01/2017
I
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
II Rates Fringes
CEMENT MASON
CEMENT MASON $ 40.52 16.54
II COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE $ 41.02 16.54
TROWLING MACHINE OPERATOR
IION COMPOSITION $ 41.02 16.54
PLAS0555-002 06/01/2017
ICLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
II Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
I MACHINERY AND
SUSPENDED/HANGING SCAFFOLD $ 32.87 17.62
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
I
HANGING SCAFFOLD $ 32.87 17.62
CEMENT MASONS $ 31.50 17.62
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS $ 32.19 17.62
IIZone Differential (Add To Zone 1 Rates) :
Zone 2 - $0.65
II Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
I WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
1
Page ( 3
11
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER 1
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
TEAM0037-002 06/01/2017
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes '
Truck drivers:
ZONE 1
GROUP 1 $ 27.94 14.37
GROUP 2 $ 28.06 14.37
GROUP 3 $ 28.19 14.37
GROUP 4 $ 28.46 14.37
GROUP 5 $ 28.68 14.37
GROUP 6 $ 28.85 14.37
GROUP 7 $ 29.05 14.37
Zone Differential (Add to Zone 1 Rates) :
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
i
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
II
Page 137
II
TRUCK DRIVERS CLASSIFICATIONS
I
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated) ; Concrete
I
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site) ; Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated) ; Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
I
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
I
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
I
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrier (used in loading,
I
unloading and transporting of materials on job site) ; Oil
Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
II
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
II Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
I
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
II GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
I
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
I
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
I
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
I
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 38 I
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
TEAM0174-001 01/01/2017
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1• $ 34.13 18.57
GROUP 2• $ 33.29 18.57
GROUP 3• $ 30.48 18.57
GROUP 4• $ 25.51 18.57
GROUP 5• $ 33.68 18.57
ZONE B (25-45 miles from center of listed cities*) : Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*) : Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or I/
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000g allons and over capacity
WA180001 Modification 3 '
Federal Wage Determinations for Highway Construction
1
iPage 1 39
GROUP 2 - Bulllifts, or similar equipment used in loading or
' unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
' Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
' transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired) (when used within Teamster jurisdiction) ;
11 Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
I/ GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
1 GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
' HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
11 required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully-
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
1
1
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
Page 140 I
TEAM0690-004 06/01/2017
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES I
Rates Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties ,
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and Garfield Counties
AREA 2: PASCO ZONE CENTER: 11
Benton, Franklin, Walla Walla and Yakima Counties)
AREA 1:
GROUP 1 $ 21.82 17.30
GROUP 2 $ 24.09 17.30
GROUP 3 $ 24.59 17.30
GROUP 4 $ 24.92 17.30
GROUP 5 $ 25.03 17.30
GROUP 6 $ 25.20 17.30
GROUP 7 $ 25.73 17.30
GROUP 8 $ 26.09 17.30
AREA 2:
GROUP 1 $ 23.96 17.30
GROUP 2 $ 26.20 17.30
GROUP 3 $ 26.71 17.30
GROUP 4 $ 27.04 17.30
GROUP 5 $ 27.15 17.30
GROUP 6 $ 27.15 17.30
GROUP 7 $ 28.05 17.30
GROUP 8 $ 28.01 17.30
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) I
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under) ; Leverperson (loading trucks at bunkers) ; Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
pulling trailer or similar equipment)
WA180001 Modification 3 1
Federal Wage Determinations for Highway Construction
1
t
Page 141
II
GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile &
II Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under) ; Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.) ; Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo;
II Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar) ; Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.) ;
Trucks, side, end, bottom & articulated end dump (3 yards
II to and including 6 yds.) ; Warehouseperson (to include
shipping & receiving) ; Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
II Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.) ; Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
II GROUP 5: Dumptor (over 6 yds.) ; Lowboy (50 tons & under) ;
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
I
(over 6 yds. to and including 10 yds.) ; Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.) ;
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton) ; Vacuum Truck (super
IIsucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.) ; Dumps (Semi-end) ; Mechanic (Field) ;
I Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.) ; Trucks, side, end, bottom and articulated end dump
11 (over 20 yds. to & including 40 yds.) ; Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons) ;
I
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete
I
(over 20 yds.) ; Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.) ; Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons) ;
IGROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.) ; Helicopter
Pilot Hauling Employees or Materials
IIFootnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
IIpremium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
II protection. This level may use an air purifying respirator
or additional protective clothing.
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
1
Page 142
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
11
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii) ) .
1
1
t
WA180001 Modification 3 ,
Federal Wage Determinations for Highway Construction
11
I
Page 143
The body of each wage determination lists the classification
' and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
' rate is a union rate (current union negotiated rate for local) ,
a survey rate (weighted average rate) or a union average rate
(weighted union average rate) .
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than "SU" or
' "UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
' Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
' Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
11 no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
' classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
I
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
' wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
' new survey is conducted.
I
' WA180001 Modification 3
Federal Wage Determinations for Highway Construction
I
I
Page 144 ,
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
1
1
WA180001 Modification 3 '
Federal Wage Determinations for Highway Construction
1
Page 45
II
2.) If the answer to the question in 1.) is yes, then an
I interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
I
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
IIThe request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
IIetc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
I
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board) . Write to:
Administrative Review Board
II U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
II4.) All decisions by the Administrative Review Board are final.
' END OF GENERAL DECISION
II
I
II
II
II
II
1
I
WA180001 Modification 3
Federal Wage Determinations for Highway Construction
Pagel of 18
I
IState of Washington
Department of Labor & Industries
IPrevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
IWashington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
I 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.
IJourney Level Prevailing Wage Rates for the Effective Date: 6/20/2018
ICounty Trade Job Classification Wage Holiday Overtime Note
King Asbestos Abatement Workers Journey Level $46.57 5D 1 H
King Boilermakers Journey Level $66.54 5N 1C
' King Brick Mason Journey Level $55.82 5A 1M .
King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M
I King Building Service Employees Janitor $23.73 5S 2F
King Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F
King Building Service Employees Window Cleaner (Non- $27.23 5S 2F
I Scaffold)
King Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F
King Cabinet Makers (In Shop) Journey Level $22.74 1
I
King Carpenters Acoustical Worker $57.18 5D 4C
King Carpenters Bridge, Dock And Wharf $57.18 5D 4C
Carpenters
IKing 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
I King Carpenters Scaffold Erector $57.18 5D 4C
King Cement Masons Journey Level $57.21 7A 1M
King Divers &t Tenders Bell/Vehicle or Submersible $110.54 5D 4C
I
Operator (Not Under Pressure)
King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C
King Divers &t Tenders Diver $110.54 5D 4C 8V .
IKing Divers &t Tenders Diver On Standby $67.97 5D 4C
King Divers a Tenders Diver Tender $61.65 5D 4C
I King Divers a Tenders Manifold Operator $61.65 5D 4C
King Divers a Tenders Manifold Operator Mixed Gas $66.65 5D 4C
King Divers Et Tenders Remote Operated Vehicle $61.65 5D 4C
I
Operator/Technician
King Divers &t Tenders $57.43 5A 4C
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 2 of 18
I
Remote Operated Vehicle
TenderII
!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 111
King Dredge Workers Engineer Welder $57.51 5D 3F
King Dredge Workers Leverman, Hydraulic $58.67 5D 3F
I
King Dredge Workers Mates $56.44 5D 3F
King Dredge Workers Oiler $56.00 5D 3F
King Drywall Applicator Journey Level $56.78 5D 1H
I
King Drywall Tapers Journey Levet $57.43 5P 1E
King Electrical Fixture Maintenance Journey Level $28.99 5L 1E
I
Workers
King Electricians - Inside Cable Splicer $76.96 7C 4E
King Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E
'King Electricians - Inside Certified Welder $74.38 7C 4E
King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E
King Electricians - Inside Construction Stock Person $39.69 7C 4E
I
King Electricians- Inside Journey Level $71.80 7C 4E
King Electricians - Inside Journey Level (tunnel) $76.96 7C 4E
King Electricians - Motor Shop Craftsman $15.37 1
King Electricians - Motor Shop Journey Level $14.69 1
King Electricians - Powerline Cable Splicer $79.43 5A 4D I Construction
King Electricians - Powerline Certified Line Welder $69.75 5A 4D
Construction
King Electricians - Powerline Groundperson $46.28 5A 4D I
Construction
King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D
Construction Operator
I
King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D
Construction
King Electricians Powerline Line Equipment Operator $59.01 5A 4D I
Construction
King Electricians - Powerline Meter Installer $46.28 5A 4D 8W
ConstructionIII
King Electricians - Powerline Pole Sprayer $69.75 5A 4D
Construction
King Electricians - Powerline Powderperson $52.20 5A 4D
I
Construction
King Electronic Technicians Journey Level $31.00 1
King Elevator Constructors Mechanic $91.24 7D 4A I
King Elevator Constructors Mechanic In Charge $98.51 7D 4A
King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1R I Products Work Only
King Fence Erectors Fence Erector $15.18 1
i King Flaggers Journey Level $39.48 7A 31 I King Glaziers Journey Level $61.81 7L 1Y
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 3 of 18
I
King (Heat £t Frost Insulators And Journeyman $67.931 51 4H
I
Asbestos Workers j
King Heating Equipment Mechanics Journey Level $78.17 7F 1 E
King Hod Carriers Ft Mason Tenders Journey Levet $48.02 7A 31
I King Industrial Power Vacuum Journey Level $11.50 1
Cleaner
King Inland Boatmen Boat Operator $61.41 5B 1K
IKing Inland Boatmen Cook $56.48 5B 1K
King Inland Boatmen Deckhand $57.48 5B 1K
I King Inland Boatmen Deckhand Engineer $58.81 5B 1K
King Inland Boatmen Launch Operator $58.89 5B 1 K
King Inland Boatmen Mate $57.31 5B 1K
I King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1
Of Sewer 8 Water Systems By Operator
Remote Control
I King Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1
Of Sewer ft Water Systems By
Remote Control
I King Inspection/Cleaning/Sealing Head Operator $24.91 1
Of Sewer Ft Water Systems By
Remote Control
I King Inspection/Cleaning/Sealing Technician $19.33 1
Of Sewer a Water Systems By
Remote Control
I King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1
Of Sewer ft Water Systems By
Remote Control
King Insulation Applicators Journey Level $57.18 5D 4C
IKing Ironworkers Journeyman $67.88 7N 10
King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31
I
Screed
King Laborers Airtrac Drill Operator $48.02 7A 31
King Laborers Ballast Regular Machine $46.57 7A 31 •
I King Laborers Batch Weighman $39.48 7A 31
King Laborers Brick Pavers $46.57 7A 31
King Laborers Brush Cutter $46.57 7A 31
IKing Laborers Brush Hog Feeder $46.57 7A 31
King Laborers Burner $46.57 7A 31
King Laborers Caisson Worker $48.02 7A 31
IKing Laborers Carpenter Tender $46.57 7A 31
King Laborers Caulker $46.57 7A 31
I 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
IKing Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31
King Laborers Chipping Gun(30 Lbs. And $47.44 7A 31
Over)
King Laborers Choker Setter $46.57 7A 31
'
https://fortress.wa.gov/lru/wagelookup/prvWagelookup.aspx 6/20/2018
Page 4 of 18
I
King Laborers Chuck Tender $46.571 7A 31
;King Laborers ClaryPower Spreader $47.44 7A 31
t g p
I
IKing Laborers Clean-up Laborer $46.57 7A 31
King Laborers Concrete Dumper/chute $47.44 7A 31
I
Operator
King Laborers Concrete Form Stripper $46.57 7A 31
King Laborers Concrete Placement Crew _ $47.44 7A 31
I
1 King Laborers Concrete Saw Operator/core $47.44 7A 31
Driller
King Laborers Crusher Feeder $39.48 7A 31 I
King Laborers Curing Laborer $46.57 7A 31
King Laborers Demolition: Wrecking Et $46.57 7A 31
Moving (incl. Charred
Material)
King Laborers Ditch Digger $46.57 7A 31
King Laborers Diver $48.02 7A 31
I
King Laborers Drill Operator $47.44 7A 31
(hydraulic,diamond) ! •
+
King Laborers Dry Stack Walls $46.57 7A 31 t
King Laborers Dump Person $46.57 7A 31
I King Laborers Epoxy Technician $46.57 7A 31
King Laborers _Erosion Control Worker $46.57 7A 31 I
King Laborers Faller Et Bucker Chain Saw $47.44 7A 31
King Laborers Fine Graders $46.57 7A 31 I
King Laborers Firewatch $39.48 7A 31
King Laborers Form Setter $46.57 7A 31
King Laborers Gabian Basket Builders $46.57 7A 31
I
King Laborers General Laborer $46.57 7A 31
King Laborers Grade Checker Et Transit $48.02 7A 31
Person I
King Laborers Grinders $46.57 7A 31
King Laborers Grout Machine Tender $46.57 7A 31 I King Laborers Groutmen (pressure)including $47.44 7A 31
Post Tension Beams
King Laborers Guardrail Erector $46.57 7A 31
I
King Laborers Hazardous Waste Worker $48.02 7A 31
(level A)
King Laborers Hazardous Waste Worker $47.44 7A 31
(level B) 111
King Laborers Hazardous Waste Worker $46.57 7A 31
(level C)
I
King Laborers High Scaler $48.02 7A 31
King Laborers Jackhammer $47.44 7A 31
`King Laborers Laserbeam Operator $47.44 7A 31 I
x 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 1
1
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
I
Page 5 of 18
I
King 'Laborers Motorman-dinky Locomotive $47.441 7A 31
I I King Laborers Nozzleman (concrete Pump, $47.44 7A 31 t
Green Cutter When Using
Combination Of High Pressure
I Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
I King Laborers Pavement Breaker $47.44 7A
$39.48 7A 31
King Laborers Pilot Car 31
King Laborers Pipe Layer Lead $48.02 7A 31
I 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
I
King Laborers Pipe Wrapper $47.44 7A 31
King Laborers Pot Tender $46.57 7A 31
I King Laborers Powderman $48.02 7A 3l
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 Z. 31
King Laborers Raker - Asphalt $48.02 Z. 31
King Laborers Re-timberman $48.02 7A 31
IKing Laborers Remote Equipment Operator $47.44 7A 31
King Laborers Rigger/signal Person $47.44 7A 31
I King Laborers Rip Rap Person $46.57 7A 31
King Laborers Rivet Buster $47.44 7A 31
King Laborers Rodder $47.44 Z. 31
I King Laborers Scaffold Erector $46.57 7A 31
King Laborers Scale Person $46.57 7A 31
IiKing Laborers Sloper (over 20") $47.44 7A 31
King Laborers Sloper Sprayer $46.57 7A 31
King Laborers Spreader (concrete) $47.44 7A 31
I King Laborers Stake Hopper $46.57 7A 31
King Laborers Stock Piler $46.57 7A 31
King Laborers Tamper Et Similar Electric, Air $47.44 7A 31
I
King Laborers Q Gas Operated Tools
Tamper (multiple £t Self- $47.44 Z. 31
propelled)
I King Laborers Timber Person - Sewer $47.44 Z. 31
(tagger, Shorer Et Cribber)
King Laborers Toolroom Person (at Jobsite) $46.57 Z. 31
I
King Laborers Topper $46.57 Z. 31
King Laborers Track Laborer $46.57 7A 31
King Laborers Track Liner (power) $47.44 7A 31
IKing Laborers Traffic Control Laborer $42.22 Z. 31 8R
King Laborers Traffic Control Supervisor $42.22 7A 31 8R
King Laborers Truck Spotter $46.57 7A 31
IKing Laborers Tugger Operator $47.44 Z. 31
t
1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 6 of 18 I
King (Laborers unnel Work-Compressed Air $92.60 7A 31 8S
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $97.63 7A 31 .11Q,
Worker 30.01-44.00 psi
1 King Laborers Tunnel Work-Compressed Air $101.31 7A 31 8S I
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $107.01 7A 31 84
i Worker 54.01-60.00 psi
I
King Laborers Tunnel Work-Compressed Air $109.13 7A 31 DD
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $114.23 7A 31 D, I
Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed Air $116.13 7A 31 IQ, I Worker 68.01-70.00 psi i
King Laborers Tunnel Work-Compressed Air $118.13 7A 31 8
Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed Air $120.13 7A 31 Lig, I
Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 S
Tender
King Laborers Tunnel Work-Miner $48.12 7A 31 8D
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
I
King Laborers Well Point Laborer $47.44 7A 31
King Laborers Window Washer/cleaner $35.88 7A 31
King Laborers- Underground Sewer General Laborer&Topman $46.57 7A 31
I
&Water
King Laborers - Underground Sewer Pipe Layer $47.44 7A 31
&Water
King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1
Installers
King Landscape Construction Landscape Equipment $28.17 1
I
Operators Or Truck Drivers
King Landscape Construction Landscaping or Planting $17.87 1
Laborers
I
King Lathers Journey Level $56.78 5D 11-1
King Marble Setters Journey Level $55.82 5A 1M '
King Metal Fabrication (In Shop) Fitter $15.86 1
I
King Metal Fabrication (In Shop) Laborer $11.50 1
King Metal Fabrication (In Shop) Machine Operator $13.04 1
King Metal Fabrication (In Shop) Painter $11.50 1 I
King Metal Fabrication (In Shop), Welder $15.48 1
1King Millwright Journey Level $58.68 5D 4C
111
'King Modular Buildings Cabinet Assembly $11.56 1
King Modular Buildings Electrician $11.56 1
King Modular Buildings Equipment Maintenance $11.56 1
I
!King Modular Buildings Plumber $11.56 1
_
I
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 6/20/2018
Page 7 of 18
King Modular Buildings Production Worker $11.50 1
IKing Modular Buildings Tool Maintenance $11.56 1
King Modular Buildings Utility Person $11.56 1
I King Modular Buildings Welder $11.56 1
King Painters Journey Level $41.60 6Z 2B
King Pile Driver Crew Tender $52.37 5D 4C
I King Pile Driver Hyperbaric Worker- $71.35 5D 4c
Compressed Air Worker
0-30.00 PSI
I King Pile Driver Hyperbaric Worker- $76.35 5D 4C
Compressed Air Worker 30.01
-44.00 PSI
I King Pile Driver Hyperbaric Worker - $80.35 5D 4C
Compressed Air Worker 44.01
- 54.00 PSI
I King Pile Driver Hyperbaric Worker- $85.35 5D 4C
Compressed Air Worker 54.01
- 60.00 PSI
'King Pile Driver Hyperbaric Worker- $87.85 5D 4C
I
Compressed Air Worker 60.01
- 64.00 PSI
King Pile Driver Hyperbaric Worker- $92.85 5D 4C
I Compressed Air Worker 64.01
- 68.00 PSI
King Pile Driver - Hyperbaric Worker- $94.85 5D 4C
I Compressed Air Worker 68.01
- 70.00 PSI
King Pile Driver Hyperbaric Worker- $96.85 5D 4C
I Compressed Air Worker 70.01
- 72.00 PSI
King Pile Driver Hyperbaric Worker- $98.85 5D 4C
I
Compressed Air Worker 72.01
- 74.00 PSI
King Pile Driver Journey Level $57.43 5D 4C
' King Plasterers Journey Level $54.89 7S 1 R
King Playground >t Park Equipment Journey Level $11.50 1
Installers
I King Plumbers Ft Pipefitters Journey Level $81.69 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
IKing Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P
King Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P
Concrete
1 King Power Equipment Operators Bobcat $56.90 7A 3C 8P
King Power Equipment Operators Brokk- Remote Demolition $56.90 7A 3C 8P
IEquipment
King Power Equipment Operators Brooms $56.90 7A 3C 8P
King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P
I
King Power Equipment Operators Cableways $60.49 7A 3C 8P
King Power Equipment Operators Chipper $59.96 7A 3C 8P
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 8 of 18 I
King 'Power Equipment Operators Compressor $56.90 7A 3C I 8P I 1 King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P
i With Boom Attachment Over
42M
King Power Equipment Operators Concrete Finish Machine-laser $56.90 7A 3C 8P I
Screed
King Power Equipment Operators Concrete Pump-Mounted Or $59.49 7A 3C 8P
Trailer High Pressure Line
Pump, Pump High Pressure.
King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P
With Boom Attachment Up To I
42m
King Power Equipment Operators Conveyors $59.49 7A 3C 8P
King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P
I
over
King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P
Tons With Attachments
I
King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P
Tons, Or 150'Of Boom
(Including Jib With
I
Attachments)
King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P
250' of boom including jib I
with attachments
King Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P
300' of boom including jib I with attachments
King Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P
Tons, Under 150'Of Boom
(including Jib With
I
Attachments)
King Power Equipment Operators Cranes: A-frame- 10 Tons And $56.90 7A 3C 8P
Under
I
King Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P
through 199 tons
King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P I
Attachments A-frame Over 10
Tons
King Power Equipment Operators Crusher $59.96 7A 3C 8P
King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P
(power) ,
King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P
I
King Power Equipment Operators Dozers D-9 &t Under $59.49 7A 3C 8P
King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P
Or Crane Mount
I
King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P
King Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P
I
Permanent And Shaft Type
King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P
And Gamaco &t Similar
I
Equipment
s King !Power Equipment Operators { $59.49 7A 3C 8P 1
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 9 of 18
I
Forklift: 3000 Lbs And Over I
I With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P
With Attachments
I King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P
Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P
IKing Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P
King Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P
Articulating Off- Road
I Equipment 45 Yards. £t Over
King Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P
Articulating Off-road
I
Equipment Under 45 Yards
King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P
Locator
I King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P
Operator
King Power Equipment Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P
I 10 Tons
King Power Equipment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P
Tons And Under
I King Power Equipment Operators Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P
Over
King Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P
I But Not Including 8 Yards
King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P
Yards
I 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
I
King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P
King Power Equipment Operators Mechanics, All (leadmen - $61.10 7A 3C 8P
$0.50 Per Hour Over
IMechanic)
King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P
I
King Power Equipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P
Tunnel Drill, Boring, Road
Header And/or Shield
King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P
Distribution £t Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P
IManlifts), Air Tuggers,strato
King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P
20 Tons Through 44 Tons
I
King Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P
Tons And Over
King Power Equipment Operators Overhead, Bridge Type: 45 $60.49 7A 3C 8P
I Tons Through 99 Tons
`King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P
I h s://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 6/20/2018
ttP g g PP g P P
Page 10 of 18 I
King Power Equipment Operators Pile Driver(other Than Crane $59.96 7A 3C 8P
Mount) 111
}King Power Equipment Operators Plant Oiler-Asphalt, Crusher $59.49 7A 3C 8P
King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P I King Power Equipment Operators Power Plant $56.90 7A 3C 8P
1 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 $56.90 7A 3C 8P
100 Feet In Height Based To
Boom
King Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P
Rubber Tired Earth Moving
Equipment
King. Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P I
King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P
(Certified)
I
King Power Equipment Operators Rollagon $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 $59.49 7A 3C 8P
I
Materials
King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P
King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P I
King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P
45 Yards
King Power Equipment Operators Scrapers - Concrete£t Carry $59.49 7A 3C 8P
All
King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P
Yards And Over I
King Power Equipment Operators Service Engineers- Equipment $59.49 7A 3C 8P
King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P I King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P
Tractors Under 15 Metric
Tons.
King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P
I
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P $
I
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P
Over 50 Metric Tons To 90 I Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P
Over 90 Metric Tons
I
King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P
King Power Equipment Operators Spreader, Topsider&t $60.49 7A 3C 8P
Screedman
I
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 $61.10 7A 3C 8P
I
Height Base To Boom
h s://fortress.wa. ov/lni/w eloo
ku / rvWa elooku .as x 6/20/2018
g � PP
g P P
Page 11 of 18
King Power Equipment Operators Tower Crane: over 175' $61.72 7A 3C 8P
I
through 250' in height, base
to boom i
King Power Equipment Operators Tower Cranes: over 250' in $62.33 7A boom
3C 8P
'height from base to
King Power Equipment Operators Transporters, All Track Or $60.49 7A 3C 8P
Truck Type
I'I
I King Power Equipment Operators Trenching Machines - $59.49 7A 3C 8P
King Power Equipment Operators Truck Crane Oiler/driver 100 $59.96 7A 3C 8P
Tons And Over
King Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P
Under 100 Tons
King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P
IConveyor
King Power Equipment Operators Welder $60.49 7A 3C 8P
King Power Equipment Operators Wheel Tractors, Farman Type $56.90 7A 3C 8P
IKing 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£t Water
IKing Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P
Underground Sewer&t 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 7A 3C 8P
Underground Sewer Et Water Concrete
IKing Power Equipment Operators- Bobcat $56.90 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Brokk- Remote Demolition $56.90 7A 3C 8P
Underground Sewer Et Water Equipment
King Power Equipment Operators- Brooms $56.90 7A 3C 8P
Underground Sewer Et Water
IKing Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P
Underground Sewer Ft Water
King Power Equipment Operators- Cableways $60.49 7A 3C 8P
I
Underground Sewer Et Water
King Power Equipment Operators- Chipper $59.96 7A 3C 8P
Underground Sewer Et Water
I
King Power Equipment Operators- Compressor $56.90 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P
I
Underground Sewer Et Water With Boom Attachment Over
42 M
King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P
IUnderground Sewer Et Water Screed
King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P
Underground Sewer Et Water Trailer High Pressure Line
IPump, Pump High Pressure.
King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P
Underground Sewer Et Water With Boom Attachment Up To
I
King 42mConveyors $59.49 7A 3C 8P
' h ://f rtr 6/20/2018
ttps o ess.wa.goo/lni/wagelookup/prvWagelookup.aspx
Page 12 of 18
I
IPower Equipment Operators-
Underground Sewer a Water
King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P
Underground Sewer a Water over
King Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P
I Underground Sewer a Water Tons With Attachments
King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P
Underground Sewer a Water Tons, Or 150'Of Boom i
(Including Jib With
Attachments)
King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P
I
Underground Sewer a Water 250' of boom including jib
with attachments
King Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P
I
Underground Sewer a Water 300' of boom including jib
with attachments
King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P
I
Underground Sewer a Water Tons, Under 150'Of Boom
(including Jib With
Attachments)
King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P 1
Underground Sewer a Water Under _
King Power Equipment Operators- Cranes: Friction cranes $61.72 7A 3C 8P I Underground Sewer a Water through 199 tons
King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P
Underground Sewer a Water Attachments A-frame Over 10
Tons
King Power Equipment Operators- Crusher $59.96 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P
I
Underground Sewer a Water (power)
King Power Equipment Operators- Derricks, On Building Work $60A9 7A 3C 8P 111Underground Sewer a Water
King Power Equipment Operators- Dozers D-9 a Under $59.49 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P
I
Underground Sewer a Water Or Crane Mount
King Power Equipment Operators- Drilling Machine $61.10 TA 3C 8P
Underground Sewer a Water I
Operators- Elevator And Man-lift: $56.90 7A 3C 8P
King Power Equipment p
Underground Sewer a Type
Permanent And Shaft T e
King Power Equipment Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P
Underground Sewer a Water And Gamaco a Similar I
Equipment _
King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P
I
Underground Sewer a Water With Attachments
King Power Equipment Operators- Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P
Underground Sewer a Water With Attachments
I
King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P
Underground Sewer a Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P
I
Underground Sewer a Water
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 13 of 18
I
King 'Power Equipment Operators- (Guardrail Punch $59.96 7A 3C 8P
IUnderground Sewer Et Water
i
King Power Equipment Operators- Hard Tail End Dump $60.49 7A 3C 8P
Underground Sewer Et Water Articulating Off- Road
I Equipment 45 Yards. &t Over
!King Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P
Underground Sewer&t Water Articulating Off-road
I Equipment Under 45 Yards
King Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P
Underground Sewer Et Water Locator
I King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P
Underground Sewer Et Water Operator
King Power Equipment Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P
I Underground Sewer Et Water 10 Tons
King Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P
Underground Sewer Et Water Tons And Under
I King Power Equipment Operators- Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P
Underground Sewer Et Water Over
King Power Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P
I Underground Sewer Et Water But Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P
Underground Sewer Et Water Yards
I King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P
I Underground Sewer Et Water
King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P
Underground Sewer Et Water
I King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P
I Underground Sewer Et Water $0.50 Per Hour Over
Mechanic)
King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P
Underground Sewer Et Water
IKing Power Equipment Operators- Mucking Machine, Mote, $60.49 7A 3C 8P
Underground Sewer Et Water Tunnel Drill, Boring, Road
Header And/or Shield
IKing Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P
Underground Sewer Et Water Distribution Et Mulch Seeding
Operator
I King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P
Underground Sewer Et Water Manlifts), Air Tuggers,strato
King Power Equipment Operators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P
IUnderground Sewer Et Water 20 Tons Through 44 Tons
King Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A 3C 8P
Underground Sewer Et Water Tons And Over
1 I King Power Equipment Operators- Overhead, Bridge Type: 45 $60.49 7A 3C 8P
Underground Sewer Et Water Tons Through 99 Tons
King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P
I Underground Sewer Et Water
King $59.96 7A 3C 8P
I h s://fortress.wa. ov/lni/wa elooku / rvWa elooku .as x 6/20/2018
� g g PP g P P
Page 14 of 18
1
'Power Equipment Operators- Pile Driver (other Than Crane I
Underground Sewer&t Water Mount) t
King Power Equipment Operators- Plant Oiler-Asphalt, Crusher $59.49 7A 3C 8P
Underground Sewer&t Water
King Power Equipment Operators- Posthole Digger, Mechanical . $56.90 7A 3C 8P t
Underground Sewer&t Water
King Power Equipment Operators- Power Plant $56.90 7A 3C 8P
Underground Sewer£t Water
King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P I
Underground Sewer&t Water
King Power Equipment Operators- Quick Tower- No Cab, Under $56.90 7A 3C 8P
Underground Sewer&t Water 100 Feet In Height Based To
I
Boom
King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P
Underground Sewer a Water Rubber Tired Earth Moving I
Equipment
King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P
Underground Sewer Et Water
I
King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P
Underground Sewer&t Water (Certified)
King Power Equipment Operators- Rollagon $60.49 7A 3C 8P
I
Underground Sewer ft Water
King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P
Underground Sewer Et Water I
King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P
Underground Sewer Et Water Materials
King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Saws- Concrete $59.49 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P
Underground Sewer Et Water 45 Yards
King Power Equipment Operators- Scrapers Concrete a Carry $59.49 7A 3C 8P
I
Underground Sewer€t Water All
King Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P
Underground Sewer&t Water Yards And Over
King Power Equipment Operators- Service Engineers- Equipment $59.49 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P
I
Underground Sewer a Water
King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P
Underground Sewer Et Water Tractors Under 15 Metric
I
Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P
Underground Sewer Et Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P
Underground Sewer Et Water Tractors: 15 To 30 Metric Tons
King Power Equipment Operators- $61.10 7A 3C 8P t
I Underground Sewer Et Water
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 15 of 18
I
Shovel, Excavator, Backhoes:
I Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P
I Underground Sewer &t Water Over 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P
1 Underground Sewer&t Water
I !King Power Equipment Operators- Spreader, Topsider>t
$60.49 7A 3C 8P
Underground Sewer Et Water Screedman
King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P
I Underground Sewer Et Water
King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P
Underground Sewer Et Water
I King Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P
Underground Sewer Et Water Height Base To Boom
King Power Equipment Operators- Tower Crane: over 175' $61.72 7A 3C 8P
I Underground Sewer Et Water through 250' in height, base
to boom
King Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P
I Underground Sewer Et Water height from base to boom
King Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P
Underground Sewer Et Water Truck Type
I King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P
Underground Sewer Et Water
King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P
I Underground Sewer Et Water Tons And Over
King Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P
Underground Sewer Et Water Under 100 Tons
I King Power Equipment Operators- Truck.Mount Portable $59.96 7A 3C 8P
Underground Sewer Et Water Conveyor
King Power Equipment Operators- Welder $60.49 7A 3C 8P
Underground Sewer Et Water
IKing Power Equipment Operators- Wheel Tractors, Farman Type $56.90 7A 3C 8P
Underground Sewer>:t Water
I King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P
Underground Sewer Et Water
King Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A
Trimmers
IKing Power Line Clearance Tree Spray Person $47.43 5A 4A
Trimmers
I King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A
Trimmers
King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A
Trimmers
IKing Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A
Trimmers
King Refrigeration Et Air Journey Level $77.86 6Z 1G
I .
1 Conditioning Mechanics
King Residential Brick Mason Journey Level $55.82 5A 1M
King Residential Carpenters Journey Level $28.20 1
i King Residential Cement Masons Journey Level $22.64 1
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 16 of 18
I
King 'Residential Drywall !Journey Level _ $42.86 5D 4C
Applicators
King Residential Drywall Tapers Journey Level $57.43 5P 1E 1
King Residential Electricians Journey Level $30.44 1
King Residential Glaziers Journey Level $41.05 7L 1
King Residential Insulation Journey Level $26.28 1
Applicators
King Residential Laborers Journey Level $23.03 1 II
King Residential Marble Setters Journey Level $24.09 1
King Residential Painters Journey Level $24.46 1
I
King Residential Plumbers a Journey Level $34.69 1
Pipefitters
King Residential Refrigeration a Air Journey Level $77.86 6Z 1G I
Conditioning Mechanics _
•
King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R
Workers
I
King Residential Soft Floor Layers Journey Level $47.61 5A 3J
King Residential Sprinkler Fitters Journey Level $46.58 5C 2R
(Fire Protection)
I
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 $51.02 5A 311 I
King Roofers Using Irritable Bituminous $54.02 5A 3H
Materials
King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E
King Shipbuilding it Ship Repair Boilermaker $43.31 7M 1H
King Shipbuilding ft Ship Repair Carpenter $41.06 7T 2B I
King Shipbuilding &t Ship Repair Electrician $42.07 7T 4B
King Shipbuilding ft Ship Repair Heat £t Frost Insulator $67.93 5J 4H
King Shipbuilding Et Ship Repair Laborer $41.99_ 7T 4B
I
King Shipbuilding Et Ship Repair Machinist $42.00 7T 4B
King Shipbuilding Ft Ship Repair Operator $41.95 7T 4B I King Shipbuilding ft Ship Repair Painter $42.00 7T 4B
King Shipbuilding&t Ship Repair Pipefitter $41.96 7T 4B
King Shipbuilding &t Ship Repair Rigger $42.05 7T 4B
King Shipbuilding ft Ship Repair Sheet Metal $41.98 7T 4B
King Shipbuilding Et Ship Repair Shipfitter $42.05 7T 4B
King Shipbuilding &t Ship Repair Trucker $41.91 7T 4B
I
King Shipbuilding 8 Ship Repair Warehouse $41.94 7T 4B
King Shipbuilding a Ship Repair Welder/Burner $42.05 7T 4B I King Sign Makers £t Installers Sign Installer $22.92 1
(Electrical)
King Sign Makers It Installers Sign Maker $21.36 1
I
1 (Electrical)
4
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 6/20/2018
Page 17 of 18
I
King Sign Makers &t Installers (Non- Sign Installer $27.28 1
Electrical)
!King Sign Makers &t Installers (Non- Sign Maker $33.25 1
Electrical),
I King Soft Floor Lavers Journey Level $47.61 5A 3J
King Solar Controls For Windows Journey Level $12.44 1
King Sprinkler Fitters (Fire Journey Level $75.64 5C 1X
IProtection)
King Stage Rigging Mechanics (Non Journey Level $13.23 1
II ' Structural)
King Stone Masons Journey Level $55.82 5A 1M
Kin Street And Parking Lot JourneyLevel $19.09 1
King
Workers
ISweeper
King Surveyors Assistant Construction Site $59.49 ; 7A 3C 8P
Surveyor
King Surveyors Chainman $58.93 7A 3C 8P
IKing Surveyors Construction Site Surveyor $60.49 7A 3C 8P
King Telecommunication Journey Level $22.76 1
Technicians
IKing Telephone Line Construction - Cable Splicer $40.52 5A 2B
Outside
King Telephone Line Construction - Hole Digger/Ground Person $22.78 5A 2B
I Outside
King Telephone Line Construction - Installer (Repairer) $38.87 5A 2B
Outside
I
King Telephone Line Construction - Special Aparatus Installer I $40.52 5A 2B
Outside
I King Telephone Line Construction - Special Apparatus Installer II $39.73 5A 2B
Outside
King Telephone Line Construction - Telephone Equipment $40.52 5A 2B
Outside Operator (Heavy)
King Telephone Line Construction - Telephone Equipment $37.74 5A 2B
Outside Operator (Light)
I King Telephone Line Construction - Telephone Lineperson $37.74 5A 2B
Outside
King Telephone Line Construction - Television Groundperson $21.60 5A 2B
Outside
IKing Telephone Line Construction - Television $28.68 5A 2B
Outside Lineperson/Installer
King Telephone Line Construction - Television System Technician $34.10 5A 2B
I
Outside
King Telephone Line Construction - Television Technician $30.69 5A 2B
Outside .
IKing Telephone Line Construction - Tree Trimmer $37.74 5A 2B
Outside
King Terrazzo Workers Journey Levet $51.36 5A 1M
' King Tile Setters Journey Level $51.36 5A 1M
King Tile, Marble £t Terrazzo Finisher $42.19 5A 1B
Finishers
I
King Traffic Control Stripers Journey Level $45.43 7A 1K
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
Page 18 of 18
King Drivers phatt Mix Over 16 Yards (W. $52.70 5D 3A 8L '
ITruck
WA-Joint Council 28)
King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L
WA-Joint Council 28)
King Truck Drivers Dump Truck&t Trailer $52.70 5D 3A 8L I I
I King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L
Council 28)
King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L 1
Council 28)
King Truck Drivers Transit Mixer $43.23 1
King Well Drillers &t Irrigation Pump Irrigation Pump Installer $17.71 1
Installers
King Well Drillers £t Irrigation Pump Oiler $12.97 1
Installers
King Well Drillers&t Irrigation Pump Well Driller $18.00 1
Installers
1
I
1
1
1
1
I
1
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 6/20/2018
I
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
Overtime Codes
I 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.
I1. 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.
I 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.
I 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.
I 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
I
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,
Iand 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
II 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.
I 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.
I
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
I Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
II.
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.
I
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.
IM. 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.
IN. 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.
I 1
I
1
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
Overtime Codes Continued
1. O. 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 at111
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. 1
1
2 1
I
I
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
IPAID 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.
I 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
Ishall 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
Ibe 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.
I 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.
I 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
'i I 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
I 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.
I 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.
I 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
I 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
employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
Ito
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.
IC. 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
1 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.
1 3
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
Overtime Codes Continued
3. 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.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a 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.
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.
1
I
4
I
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
IOvertime Codes Continued
I 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.
I 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
I 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
I 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.
I 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
I
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.
I 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(1%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
of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
Irate
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
I 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
I 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.
I
Holiday Codes
I 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,and Christmas Day(7).
I 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
IFriday after Thanksgiving Day,And Christmas Day(8).
I 5
1
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
111
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,
111
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 1
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
Holiday Codes Continued
I 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.
I 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.
1 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.
1 7
1
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
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.
I
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
' 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,
1 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.
i 9
1
Benefit Code Key—Effective 3/3/2018 thru 8/30/2018
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'.
W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates
would apply to meters not fitting this description.
1
1
1
t
1
10