Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 18-135 RETURN TO: PW ADMIN EXT: 2700 ID#:
CITY OF FEDERALWAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/"a 71H.i "Pro jec+-5 j
2. ORIGINATING STAFF PERSON: C1 r►S 1 Il�e vdte(\ EXT: X 2123 3. DATE REQ.BY: 92-y 2
3. 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 ❑ MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE ❑ RESOLUTION
is CONTRACT AMENDMENT(AG#): 1$- 135 ❑ INTERLOCAL
o OTHER CI-ta,YG o{de✓ W 2-
4. PROJECTNAME: t-A1lkt6n Rd e 5 2.9034+N,t Compact- -RD ulrldt,loot it
5. NAME OF CONTRACTOR: AC-11v e. Crr3h-" actio 1 I Z✓lc.•
ADDRESS: .5t tO 'Role{ 'Rd "E Taco rrta,W A 9 -143 TELEPHONE:
E-MAIL: eVIZ0.bek\G +e CxL..-ti.iecans-kr"OC-k o✓1- C-. Cfl FAX:
SIGNATURE NAME: "EI1 l be-}'1.-1 Crest tr-d TITLE:
6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / /
7. TERM: COMMENCEMENT DATE: 10 Y- y 166 COMPLETION DATE: Pr OO e Gt Cii m c le-h O✓\
9," ra�fi .5C.o. 'vu) coMi'att
8. TOTAL COMPENSATION:$ 1'k JO9'1.00 +$5,11,93.19: $150,-MO.I9 (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 1 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES ■NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: s/A. ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED
• PURCHASING: PLEASE CHARGE To: G 3 CD 2k Zip 500
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
XPROJECT MANAGER1�I•Dec..-olol$
DIVISION MANAGER t2�f�
DEPUTY DIRECTOR ,0"- (2j( l/
DIRECTOR � C"C �✓ \1-1-L\\\
RISK MANAGEMENT (IF APPLICABLE)
)CLAW DEPT 1,2 1 1(1 I
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING ��•(`���
o SENT TO VENDOR/CONTRACTOR DATE SENT:12I2�II18'�c•MPk1LE0 DATE REC'D:
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/PATE SIGNED
17-b0
1,SIGNATORYW ('[E1AIrefiral(SIRECTORP �/f ` 1 1 t%
CITY CLERK
o ASSIGNED AG# AG# tg-135 '?)
o SIGNED COPY RETURNED DATE SENT: Z,.9o- 19
❑RETURN ONE ORIGINAL
COMMENTS:
EXECUTE"2"ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
211 AG 18-135 2
PROJECT NUMBER AGREEMENT CHANGE ORDER NUMBER EFFECTIVE DATE
NUMBER
Military Rd S & S 298th St Compact Roundabout Active Construction, Inc.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. SURVEY MONUMENT RELOCATION
This change order documents an unexpected change to relocate and reestablish a survey
monument that is currently located half-in/half-out of the mountable curb for the roundabout.
This includes preparing and filing all of the necessary permits and surveys with the
Department of Natural Resources and King County.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by Working Day(s)
❑ Decreased by Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the
Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes E No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE
#68 (new) Survey Monument Relocation 1LS $0 $5,693.19 $5,693.19
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
N/A
TOTAL NET CONTRACT: INCREASE $5,693.19 DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 742,742.00
PREVIOUS CHANGE ORDERS $ 2,355.00
THIS CHANGE ORDER $ 5,693.19
*ADJUSTMENTS $ 0.00
NEW CONTRACT AMOUNT $ 750,790.19
' cloiviir\QAC
3- - SS
l$
Change Order No. 1 continued 2 of 2
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ 0.00
❑ DECREASED$ 0.00
PAY THIS ADJUSTED AMOUNT $ 0.00
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements shall
be in accordance with the provisions of the standard specifications, the contract plans, and the special
provisions governing the types of construction.
31NI19
CONT OR'S SIGNA RE DATE
-3 151 lei
EJ ALSH, P.E. DATE
PUBLIC WORKS DIRECTOR
ACTIVE
ACICONSTRUCTION FORCE ACCOUNT/ADDITIONAL WORK SUMMARY
INC.
A.C.I. 1MilitaryRd S&S 298th St Compact Roundabout Bid Item A.C.I. PHASE
PROJECT p CODE
JOB#18-023 DATE WORK PERFORMED:
DESCRIPTION OF WORK
Monument#LS 22338(STA 2+87.29)is half-in/half-out of the mountable curb for the roundabout.Proposal for re-locating and re-establishing this
monument rather than having the curb formed around the valve can.The existing case and cover will be re-used.
LABOR CLASS/RATES
NAME UNION/GROUP CLASSIFICATION HOURS @ RATE TOTAL
1 ill SUPERINTENDENT @ 1.0 2.00 @ 1 $77.02 $154.04
OPERATOR II @ 1.0 4.00 @ r $72.61 $290.44
— —
SUBTOTAL LABOR $444.48
EQUIPMENT DESCRIPTION/RATES
EQUIP.NO. EQUIPMENT DESCRIPTION HOURS @ RATE _ TOTAL
317 Air Compressor 2.00 @ $16.75 1 $33.50
449 � Chevy 1500 2.00 @ $16.23 $32.46
SUBTOTAL EQUIPMENT $65.96
MATERIAL COSTS
DESCRIPTION UNIT @ RATE TOTAL
0.00 @ $0.00 $0.00
SUBTOTAL MATERIALS 1 $0.00
SUB CONTRACTOR
DESCRIPTION UNIT @ RATE TOTAL
American Surveying&Environmental,LLC 1.00 @ � $4,500.00 $4,500.00
SUB CONTRACTOR SUBTOTAL $4,500.00
MARK-UP ON LABOR i,
29% $128.90
SUBTOTAL LABOR $573.38
MARK-UP ON EQUIPMENT21% 1 $13.85
SUBTOTAL EQUIPMENT $79.81
MARK-UP ON MATERIALS 21% 7 $0.00
SUBTOTAL MATERIALS± $0.00
1 MARK-UP ON SUBCONTRACTORS; 12% $540.00
SUBTOTAL SUB-CONTRACTOR COST' $5,040.00
GRAND TOTAL $5,693.19
EquipmentWatch..
www.equipmentwatch.com
All prices shown in US$
Adjustments for 317 in All Saved Models December 7,2018
Miscellaneous 185 CFM DIESEL
Portable Rotary Screw Air Compressors
Size Class:
125-249cfm
Weight:
2,100 lbs.
Configuration for 185 CFM DIESEL
Horsepower 80 Power Mode Diesel
Rated Pressure @ PSI 125 Air Delivery Rating 185 cu ft/min
Blue Book Rates
**FHWA Rate is equal to the monthly ownership cost divided by 176 plus the hourly estimated operating cost.
Ownership Costs Estimated FHWA Rate**
Operating Costs
Monthly Weekly Daily Hourly Hourly Hourly
Published Rates $815.00 $230.00 $58.00 $9.00 $12.55 $17.18
Adjustments
Region(Washington: ($10.60) ($2.99) ($0.75) ($0.12)
98.7%)
Model Year ($65.16) ($18.39) ($4.64) ($0.72)
(2000: 91.9%)
Adjusted Hourly - - - -
Ownership Cost(100%)
0
Hourly Operating Cost(100%) -
Total: $739.24 $208.62 $52.61 $8.16 $12.551 $16.75
Non-Active Use Rates Hourly
Standby Rate $1.43
Idling Rate $12.87
Rate Element Allocation
Element Percentage Value
Depreciation(ownership) 24% $195.60/mo
Overhaul(ownership) 66% $537.90/mo
CFC (ownership) 4% $32.60/mo
Indirect(ownership) 6% $48.90/mo
Fuel(operating)@ 3.01 69% $8.67/hr
Revised Date:2nd Half 2018
These are the most accurate rates for the selected Revision Date(s). However,due to more frequent online updates,these rates may not match
Rental Rate Blue Book Print.Visit the Cost Recovery Product Guide on our Help page for more information.
The equipment represented in this report has been exclusively prepared for BILL WARD(roseg@activeconstruction.com)
All..,ntiorini tioroin n onnz_oni a eonr.,., All.;.,tire.nco..,o.+
From: Michael Sjolin <msjolin@asesurvey.com>
Sent: Monday, November 26, 2018 2:03 PM
To: Elizabeth Crawford
Cc: David Peterson; Frank D. Detray; Brett Garr
Subject: RE:ACI Job No. 18-023/Military&298th - Request for Pricing
Elizabeth,
I have received advisement from the DNR Public Land Survey Office manager and here is what I propose to do in order
to fulfill legal requirements:
1. Conduct field survey to locate existing monument and other correlating control monuments in the local area
(the monument LS#you provided was key in order to identify the originating survey).
2. Prepare and file a "Permit to remove or destroy a survey monument"with the DNR.
3. Analyze the resultant survey data collected to determine the centerline ground location for South 298"'Street.
4. Return to the field to provide reference marks for monument construction location.
5. Once monument has been constructed, return to the field and mark the monument and punch for position.
6. Prepare and file a Record of Survey with the King County Auditor.
7. File the completion report to the DNR permit filed under line item No. 2, above.
Total Cost: $4,5000
Regards,
Michael Sjolin I Registered Professional Land Surveyor,Certified Federal Surveyor
American Surveying&Environmental, LLC
4056 148th Avenue NE
Redmond,WA 98052
TEL 425.881.7430•FAX 425.881.7731
http://asesurvey.com/
LAND SURVEYORS & CONSULTANTS
The information transmitted is intended only for the person or entity to which it is addressed and may contain confidential and/or privileged material. Any review,
retransmission,dissemination or other use of,or taking of any action in reliance upon,this information by persons or entities other than the intended recipient is
prohibited. If you receive this in error,please contact the sender and delete the material from any computer.
RETURN TO: PW ADMIN EXT: 2700 ID#: J? 4iD /_
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ti (�J
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ Street-5
2. ORIGINATING STAFF PERSON: Ch rt -1 KA EXT: X Z72 3 3. DATE REQ.BY:31 -OC-}-- k&
3. TYPE OF DOCUMENT(CHECK ONE): -
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,REP,RFQ)
o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
SECURITY DOCUMENTBOND RELATED
o REAL ESTATE DOCUMENT ❑ (E.G.( DOCUMENTS)
o ORDINANCE ❑ RESOLUTION
■ CONTRACT AMENDMENT(AG#):l B-‘-55 ❑ INTERLOCAL
o OTHER l040-.
,
M
,,
4. PROJECT NAME: 1"ll`I'[l�ru 1'2c\ 5 E5295(_*''5k Cbmpac+ t�und -b
OO1tr
5. NAME OF CONTRACTOR: /G-l1Ve l�O r J► 1'(/(Cf10✓1 h _nc-
ADDRESS: 51t 12:1VeK Read E -vocoma., WA .S8443 TELEPHONE:
E-MAIL: FAX:
SIGNATURE NAME: 7t fkr`\a . i TITLE:
6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / /
-4-i
7. TERM: COMMENCEMENT DATE: 03-Oa*-0ZOIe COMPLETION DATE: V1,DT1 COrn , or)
/Mei.1= -145,09-t.co
8. TOTAL COMPENSATION:$`Q21'lj=j5.00 C�,De l>. T 42, 42.00 LCANt2•./(IN EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES A.NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES IKNO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: 14/A CCE-D.7) ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To: C.314 21 -9-Co 500
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
o PROJECT MANAGER ,.�L -(D -
X DIVISION MANAGER
(1;{DEPUTY DIRECTOR
DIRECTOR J 1 •
RISK MANAGEMENT (IF APPLICABLE) 1
XLAW DEPT �I Al/l iZ
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING V 10�
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ` \C)V 2.-G V e'rr \ DATE REC'D: l (0 4
I
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
wIP
BKPT air�
SIGNATORY(MAYOR OR DIRECTOR)
CITY CLERK
SSIGNED AG# AG#
SIGNED COPY RETURNED DATE SENT: U.Ce• \
Xty-
ErREft:fittl-etilretiltrtAl.
COMMENTS:
EXECUTE"2."ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
211 AG18-135 1 \\ RD/ 2b1B
PROJECT NUMBER AGREEMENT CHANGE ORDER NUMBER EFFECTIVE DATE
NUMBER
Military Rd S & S 298th St Compact Roundabout Active Construction, Inc.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. LUMINAIRE MODIFICATIONS
This change order documents a change to the proposed luminaires for the project. This
change has been proposed so that the street lights being installed with the Military Rd S / S
298th St Compact Roundabout are consistent with those being currently installed for a
citywide LED conversion project.
The scope of this change order includes providing the following new luminaires with individual
photocell controls instead of the luminaires currently shown on the plans.
Luminaires 1, 2, and 3: Eaton ARCH-M-AF48-90-D-U-T2R-4N7-10MSP-AP, 92 watts,
12383 Lumens, 4000K CCT, Type II, 7-pin PCR, 10K Surge, Gray
All three need Photocell/Control Units: CIMCON #isLC-3100-7P-U-A-G-IO-CATB-05
The cost to complete this work will be an additional $2,355.00 beyond the original bid costs.
All labor and install costs are included in the original lump sum bid price. No additional
mobilization will be paid for this work.
Bid Item #56 Illumination System Modifications, Complete: This change order modifies
the existing bid item. The previous lump sum price for this bid item was $43,500.00. The
revised bid item lump sum price is $45,855.00.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by Working Day(s)
❑ Decreased by Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the
Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE:
PREVIOUS REVISED
ITEM NO. ITEM QUANTITY UNIT PRICE UNIT PRICE ADD OR DELETE
#56 Ilium. System Modif. 1 LS $43,500.00 $45,855.00 $2,355.00
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE
N/A
TOTAL NET CONTRACT: INCREASE $2,355.00 DECREASE $
Change Order No. 1 continued 2 of 2
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 742,742.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ 2,355.00
*ADJUSTMENTS $ 0.00
NEW CONTRACT AMOUNT $ 745,097.00
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY E INCREASED $ 0.00
❑ DECREASED$ 0.00
PAY THIS ADJUSTED AMOUNT $ 0.00
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements shall
be in accordance with the provisions of the standard specifications, the contract plans, and the special
provisions governing the types of construction.
A;WAVA11 I 51 is
CONTRACTOR'S SIGNATU DATE
EJ LSH, P.E. --DATE
PUBLIC WORKS DIRECTOR
Military Rd S & S 298th St Compact Roundabout
ACIActive Construction, Inc.
PO Box 430
Puyallup,WA 98371
10/8/18
To:Christine Mullen From:Elizabeth Crawford
253-835-2526 .253-248-1436
Christine.Mullen@CityofFederalWay.com elizabethc@activeconstruction.com
LED Conversion Pricing
ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT
100 LED CONVERSION PRICING 1.00 LS 2,355.00 2,355.00
GRAND TOTAL $2,355.00
NOTES:
Pricing to upgrade Luminaires 1,2,and 3 to LED as requested in Christine Mullen's email dated 9/27/18.
If you have any questions,please do not hesitate to ask.
Sincerely,
4414 etorthi
Elizabeth Crawford
Project Engineer
ACI-Active Construction,Inc.
Page 1 of 1
Active Construction,Inc. 10/08/2018 16:29
FEDWAY9B MILITARY RD&298TH RBT PRICING Page: 1
Bid Summary Totals Report
Standard Markup Instructions Previous Run
Summary: 10/08/2018 4:17 PM
Cost Basis Markup % Markup Spread: 10/08/2018 4:18 PM
Labor: 0 29.00 0 Summary run on Takeoff Quan and Adjusted to Bid Quan.
Burden: 0 29.00 0
Perm Matl: 0 21.00 0 Standard Spreads
Const Matl: 0 , 21.00 0 Indirect Spread: Total
Sub: 2,063 12.00 248 Markup Spread: Markup%
Eq.Op. Exp: 0 21.00 0 Addon/Bond Spread: Total
Co.Equip: 0 21.00 0
Rented Eq.: 0 0.00 0 Totals as of Last Spread
Misc1: 0 0.00 0 Cost: Markup: Total:
Misc2: 0 0.00 0 Direct: 2,063 248 2,311
Misc3: 0 0.00 0 Indirect: 0 0 0
Overrides: 0 , 0 Addons: 11 0 11
Total: 2,063 12.00 248 Bond: 32 32
SubTotal: 2,106 248 2,354
Selected Bond Table: SB Pass Through: 0 0
Total: 2,106 248 2,354
Key Indicators
Balanced Markup / Total Labor ' = Balanced Markup/Total Labor
247.59 / 0.00 = 0.00%
Indirect Cost I Direct Cost Indirect CostDirect Cost
0.00 / 2,063.25 — 0.00%
Active Construction,Inc. Page 1
FFDWAY9B MILITARY RD Bc 298TH RBT PRICING 10/08/2018 16:30
Elizabeth Crawford Cost Report
Activity Dese Quantity Unit Perm Constr Equip Sub-
Resource Pcs Unit Cost labor Materiel MatVExp Merit Contract Total
BID ITEM = 100
Description= LED CONVERSION PRICING Unit= LS Takeoff Quan: 1.000 Engr Quan: 1.000
100.1 LED CONVERSION PRICING Quan: 1.00 LS Hrs/Stift: 8.00 Cal: 508 WC:0101
4ELEC'FRIC Electrical sub 1.00 IOU US 2,063.250 2,063 2,063
$2,063.25 *** Report Totals *** 2,063 2,063
>>>indicates Non Additive Activity
----Report Notes:-----
The estimate was prepared with TAKEOFF Quantities.
This report shows TAKEOFF Quantities with the resources,
Bid Date:09/11/18 Owner: Engineering Finn:
Estimator-In-Charge:RH
JOB NOTES
EstImafy., a t,y
_..,.i1.
.>C lr.
*". .,.s .Er rr c n: - iF.-h Cr. w«,,d
SCJrye ...,tr Jre u
*on units ofMH indicate average labor unit cost was used rather than base late.
[ ]in the Unit Cost Column=Labor Unit Cost Without Labor Burdens
In equipment resources, rent 9 and EOE s not = 100% arc represented as XXX;YYY' where XXX=Rent% and YYY=EOE%
-Calendar Codes
508 40 hour week(5 x 8)(Default Calendar)
509 45 hour week(5 x 9)
510 50 hour week(5 x 10)
610 60 hour week(6 x 10)
612 72 hour week(6 x 12)
AMAYA ELECTRIC PHONE 253 582-8566
? P.O. Box 98686 FAX 253 582-8568
Lakewood, WA 98496-8686 EMAIL: davids@amayaelectric.com
CHANGE ORDER PROPOSAL
To: Active Construction Fax: Amaya Job No.: 9175
Attn: Elizabeth Crawford Ph: 253-248-1091 Ref:
Date: 10/3/18
Project: Military Rd S&S 298th St compact Rbt Project
Change: light fixture
Materials: Difference betweei $ 1575.00
Subcontractors:
Proposed Amount
1
2
3 $ -
Labor:
Hours Rate Total
#VALUE!
Subtotal $ 1,575.00
0/H Labor @ 29%
MIU Mtl @ 21% 330.75
10% Use Tax 157.50
TOTAL $ 2,063.25
Submitted By: Do.445;44.441
Date: Oct 3, 2018 Quote: TAWA18-2921-1 Quote
Page 1/2
wowor �t rks to our ad -
vantage
Phone: (253) 779-3600
Fax: (253) 779-3605
From: Aaron Null
Project Military Road South & South 298th Quoter Ph: (253) 779-3634
Street Compact Roundabout -Copied email: aaron.null@graybar.com
Location Federal Way WA
Quote TAWA18-2921-1
To: For -
Amaya Electric Bid Date Oct 3, 2018
2519 104th St Ct S Expires Nov 2, 2018
Lakewood WA 98499
QTY Type Part
COST ADDER
3 EATON ARCH-M-AF48-90-D-U-T2R-4N7-10MSP-AP
LESS CIMCON PHOTOCELL
3 CIMCON ISLC3100-277-A-G-IO-05
3 CIMCON LG-SAAS
1 YEAR LIGHTING GALE WEB BASED SOFTWARE ANNUAL
SERVICE FEE(CMS)HOSTED BY CIMCON
1 CIMCON LGCONFIG
CONTROL SYSTEM CONFIGURATION GEE(ONE TIME
PROGRAM&CONFIGURATION FEE)
LOT TOTAL $1,575.00
Total: $1,575.00
Notes:
NO MOUNTING OR HANGING HARDWARE INCLUDED UNLESS NOTED.
CONTRACTOR TO VERIFY ALL COUNTS,VOLTAGES AND DIMENSIONS.
FACTORIES TO CONFIRM LEAD TIME OF MATERIAL AFTER RETURN OF APPROVED
SUBMITTALS-ESTIMATED UP TO 15-18 WEEKS AFTER APPROVAL&RELEASE OF
ORDER
FACTORIES TO CONFIRM LEAD TIME FOR SUBMITTALS AT TIME OF ORDER
SIGNED APPROVED SUBMITTALS REQUIRED FOR ANY MATERIAL TO BE RELEASED
FOR MANUFACTURING
PRICING DOES NOT INCLUDE SALES TAX UNLESS NOTED
ANY CHANGES TO QUOTED BOM OR QTY'S WILL VOID THIS QUOTATION
Aaron Null Page 1/2
Christine Mullen •
From: Erik Preston
Sent Friday,October 12, 2018 3:24 PM
To: Christine Mullen
Cc: Rick Perez; Desiree Winkler
Subject FW: Possible Change Order-Street lights- Mil 298
Categories: MILITARY/298TH
Christine,
I guess they are the same, so we can approve it.
Erik Preston
From: Elena Bertolucci [mailto:EBertolucciaseataclighting.com]
Sent: Friday, October 12, 2018 3:00 PM
To: Erik Preston
Subject: RE: Possible Change Order- Street lights - Mil 298
Erik,
The two part numbers listed below are the same product,just the nomenclature has been updated. Sorry for the confusion on
it, I am working on getting updated spec sheets to send to you for future projects.The part number we have been using on the
large retrofit will remain the same. 277 references the voltage range of 120-277.
Thank you,
ELev&a gertoLitcci
Seoloc Lighting S.Controls,LLC
Roadway,Industrial,and Sports lighting Specialist
C:425-633-0582
From: Erik Preston [mailto:Erik.Prestonacityoffederalway.com]
Sent: Thursday, October 11, 2018 5:02 PM
To: Elena Bertolucci
Subject: FW: Possible Change Order- Street lights - Mil 298
Elena,
Maybe you can help me answer this question about the CIMCON node.
I requested: iSLC-3100-7P-U-A-G-IO-CATB-05
They quoted: iSLC3100-277-A-G-IO-05
If this is the same product, I'm okay with that, maybe the product code was updated in the last 4-5 weeks. I know 7P refers to
7-pin, not sure what the 277 is.
Thanks for any help you can give. I have reached out to the quoter, but I'm not sure how familiar he is with the nodes.
Erik Preston
From: Christine Mullen
Sent: Tuesday, October 09, 2018 2:04 PM
To: Erik Preston; Rick Perez; Desiree Winkler
Subject: FW: Possible Change Order- Street lights - Mil 298
See below for the email I sent requesting the change order pricing. Attached is their proposal.
1
I assume it looks good and I should get a change order put together? Anybody have issues?
From: Christine Mullen
Sent: Thursday, September 27, 2018 2:01 PM
To: Elizabeth Crawford (elizabethccactiveconstruction.com); Ryan Heathers (ACI); David Peterson (ACI); Frank D. Detray(ACI)
Subject: Possible Change Order- Street lights - Mil 298
The City is currently doing a LED conversion project where we are changing the street lights throughout the City to a new style
of LED luminaire with individual photocell controls. This is a new standard that wasn't in place when the Military/298th project
was being designed; but it is our preference to have the new lights installed with the Military/298th project conform to this
standard as well. We would like to get pricing from Active Construction to potentially provide these instead of the ones
currently called out on the plans.
Luminaires 1, 2,and 3:
Eaton ARCH-M-AF48-90-D-U-T2R-4N7-10MSP-AP,92 watts, 12383 Lumens,4000K CCT,Type II, 7-pin PCR, 10K Surge,Gray
All 3 need Photocell/Control Units:
CIMCON#iSLC-3100-7P-U-A-G-IO-CATB-05
If the pricing is acceptable to the City,we would process this as a change order. I know the contract isn't officially executed
yet, so if you want to wait to get me this information,that is fine. I just wanted to give you a heads up so that you didn't waste
your time putting together an electrical submittal for the ones shown on the plans if we end up making this switch.
Let me know if you have any questions.
Cilli+-i yh v�
Mukte.AA.,
Christine J.Mullen,P.E.
Street Systems Project Engineer
City of Federal Way-Public Works Dept
33325 8"'Ave S,Federal Way,WA 98003
(253)835-2723 Phone
Chhstine.Mullen@cltvoffederalway.cor0
Work Hours:M-F 7:OOAM-4:OOPM •
2
ACTIVE
Ac ][. CONSTRUCTION
November 5, 2018
City of Federal Way
ATTN: Christine Mullen, PE
33325 8th Avenue South
Federal Way,WA 98003-6325
Subject: ACI Job No. 18-023, Military Rd S&S 298th St Compact Roundabout
CFW#211 /HSIP-1031(005)
Delegation of Signature Authority
Dear Ms. Mullen,
By means of this letter, I, David Ceccanti, President of Active Construction, Inc., delegate the
authority herein described to David Peterson, Project Manager, and Elizabeth Crawford,
Project Engineer, on the following terms:
1. The project manager and project engineer may review and execute, on my behalf,
project documentation, to include change orders, for the duration of the above
referenced project.
2. This delegation commences from the project NW Date (October 5, 2018) and will
expire at Final Completion.
3. The authority delegated is not subject to sub-delegations without prior and express
ten consent.
If you have any questions, or should you require additional information, please do not hesitate
to contact me.
Sincerely, ,BTR r'
GO �/
• b.0.00.4,j Qy
David Ceccanti =•[ SEAL • n
President
`l►gSMING..�►.
Cc: File
PO BOX 430 PUYALLUP,WA 98371 PHONE(253)248-1091 FAX(253)248-1092
www.activeconstruction.com
AC/is an "Equal Employment Opportunity Employer"
RETURN TO: PW ADMIN EXT: 2700 ID#: - a..61
a- 1 a ' ,--..3
88
CITY OF FEDERAL WAY LAW DEPARTMENT RO
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/jiit,Gltp) ME D
2. ORIGINATING STAFF PERSON: LAittitia, Mi,tiLP/1LJ EXT: K 2723 3. DATE REQ.BY: G 15,e�a�8
3. TYPE OF DOCUMENT(CHECK ONE): a(L12
G RFB
XCONTRACTOR SELECTION DOCUMENT(E. RFP,RFQ) 4Q ru...! )
o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT •
o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT (/
o GOODS AND SERVICE AGREEMENT o HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE o RESOLUTION
o CONTRACT AMENDMENT(AG#): 0 INTERLOCAL
o OTHER
4. PROJECT NAME: ^ � �•► 4E 4i .2 .964 .Iitriy7,Q wL!
5. NAME OF CONTRACTOR:Anti C- AC+rLtctiOn E IYI •
ADDRESS: _ ' . �A, 1 1 II S. . ! ar jrri TELEPHONE:2✓,, • Me, tom I
E-MAIL: ,,.� FAX:
SIGNATURE NAME:1241/1 d I/+ALL elYtt( TITLE: 'Y' 5-1 GtQn
6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#Q 1 LO i/qa L,E 12/31//3) I g UBI#243 00 j x733,EXP.('L 3 /tte.
7. TERM: COMMENCEMENT DATE: 10 t 1, l•"1�- V COMPLETION DATE:I1AOn coal-rack't l rack
8. TOTAL COMPENSATION:$ Li'- 4 2.00CY) G` �
� (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: ❑YES =NO,Ig YES,$ PAID BY: o CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: TAINAGE AGREEMENT(SEE CONTRACT)OR D RETAINAGE BOND PROVIDED
PURCHASING: PLEASE CHARGE TO:
3� a\ % - �4f
C 0,1411zAirT
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
PROJECT MANAGER _44// .2D/. ,7/IA -Pr. 10 gal (
V DIVISION MANAGER )> 1_ _ a
101 DEPUTY DIRECTOR V 1I[/I •
X DIRECTOR _Ae • 811U (:--,-� ' lig(12
❑ RISK MANAGEMENT (IF APPLICABLE)13%
�
NLAW DEPT 3 6/(h//5 17 5¢�, 20111
10. COUNCIL APPROVAL(IF APPLICABLE) ,VS€D uI CornI I IEE DATE:6./7�1 g C� APPROVAL DATE:07/19,11 ,'/P4
Avfrozo
2ELCCHULED COUNCIL DATE: if ✓ ii I UOUNCILAPPROVAL DATE:
11. CONTRAIGNATURE ROUTING
*SENTS O VENDOR/CONTRACTOR DATE SENT: ?- I g -/ U DATE REC'D: _` XI kg
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
T _.0.
A LAW DEPT _ (1.` d�,r�
. SIGNATOR O TREt'TIR) �.�trl�LC�7
1 CITY CLERK ' MOM]Eta
N ASSIGNED AG,�# pµ..kivtQ S� A # M.
Cl SIENE1YCOPY ICETURNED \ `\D •TE SENT: \©.9• I.5 �/ e i
kIRETURN.AI'PE ORIGINALS r d. �' /l,�lil e C� 916a
COMMENTS: Z
EXECUTE" "ORIGINALS 1 t4�k,D,Ad4r �Ws -theAUSIZA 4, i n estriaorcattiS
tt,t/ L
IN-e/�
_ / B:RF3 i L.Ap.Utiw-. .y i � �chftd + .r E'Will
.1)E ' i 1 • aJM L SDet . .1 A . ' . Ce d Aa wilt uard
'L �
i. __ .�:A. I// k I� • A
�� 434"
a
(/2018
ORIGINAL CONTRACT#1 OF 3
CITY CLERK
' CITY OF
Federal Way
I
BID AND CONTRACT DOCUMENTS
1
AND
' SPECIFICATIONS
FOR
MILITARY RD S & S 298TH ST COMPACT ROUNDABOUT
' CONFORMED BID DOCUMENT
Federal Aid # HSIP-1031(005)
RFB # 18-007
' City of Federal Way
Public Works Department
33325 Eighth Avenue South
' Federal Way, WA 98003
111
AUG 2018
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
' FOR
MILITARY RD S & S 298TH ST COMPACT ROUNDABOUT
' RFB # 18-007
Bids Accepted Until 11 :00 a.m., September 11, 2018
Bids Opened 11:05 a.m., September 11, 2018
' AT:
City of Federal Way
City Council Chambers
' 33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
KPG, P.S.
' 2502 Jefferson Avenue
Tacoma, WA 98402
oO wAs,41 4.4
1 r
' etoku
forum. S*-:136 4y
• 1�'
• d
' CITY OF FEDERAL WAY RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
1
I
I
TABLE OF CONTENTS
PAGE
IREQUEST FOR BIDS 1
BIDDER'S CHECKLIST 3
ISECTION 1: INSTRUCTIONS TO BIDDERS 5
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 12
I ATTACHMENT A: NO BID RESPONSE FORM 17
ATTACHMENT B: BID FORM 18
ATTACHMENT C: BID SCHEDULE 20
IATTACHMENT D: BID SIGNATURE PAGE 24
ATTACHMENT E: BID BOND FORM 25
111 ATTACHMENT F: SUBCONTRACTOR LIST 26
ATTACHMENT G: NON-COLLUSION DECLARATION AND NOTICE TO ALL BIDDERS 27
IATTACHMENT H: UDBE UTILIZATION CERTIFICATION 28
ATTACHMENT I: UDBE WRITTEN CONFIRMATION DOCUMENT 29
I ATTACHMENT J: CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION 30
ATTACHMENT K: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 31
ATTACHMENT L: PUBLIC WORKS CONTRACT 32
IEXHIBIT A NOTICE OF COMPLETION 45
EXHIBIT B CONTRACT CHANGE ORDER AGREEMENT 46
IEXHIBIT C NOTICE OF NONDISCRIMINATION IN EMPLOYMENT 48
EXHIBIT D CERTIFICATE OF INSURANCE 49
IEXHIBIT E PERFORMANCE/PAYMENT BOND 50
EXHIBIT F TITLE VI ASSURANCES 53
I AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
SPECIAL PROVISIONS BLUE PAGES
APPENDIX A: WSDOT STANDARD PLANS WHITE PAGES
IAPPENDIX B: CITY OF FEDERAL WAY STANDARD DETAILS YELLOW PAGES
APPENDIX C: FHWA 1273 GOLD PAGES
IAPPENDIX D: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES
APPENDIX E: GEOTECHNICAL INFORMATION WHITE PAGES
I
I
I CITY OF FEDERAL WAY RFB#18-007
AUG 2018 MILITARY RD S I S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' REQUEST FOR BIDS
' MILITARY RD S & S 298TH ST COMPACT ROUNDABOUT RFB# 18-007
SUBMITTAL OF SEALED BIDS:
' Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
September 11, 2018, at 11:00 a.m., at the City Hall Purchasing Office or by US Mail at City of
Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003.
Proposals received after 11:00 a.m. on said date will not be considered.
' BID OPENING:
All bids will be opened and read publicly aloud at 11:05 a.m. on September 11, 2018, at City
' Council Chambers, 33325 8th Avenue South, Federal Way, Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
' Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
' DESCRIPTION OF WORK:
This project shall consist of: Construction of sidewalk, retaining wall, street illumination, and
' compact roundabout improvements at the intersection of Military Rd S and S 298th Street.
The Contractor shall complete all work within 60 working days.
' The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
' documents.
Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business three business days
' preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their bids. All requests for explanation or interpretation must be directed to the
attention of Christine J. Mullen, PE, Streets Project Engineer, by letter at 33325 8th Avenue South,
Federal Way, WA, 98003 or by email at Christine.Mullen@CityofFederalWay.com.
BID DOCUMENTS:
' Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List)
is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and
clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room
provides Bidders with fully usable online documents with the ability to: download, view, print, order
full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool.
It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Self-Registered Bidders List." Bidders that do not
' register will not be automatically notified of addenda and will need to periodically check the on-line
plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-
1303 should you require assistance with access or registration.
' CITY OF FEDERAL WAY RFB-1 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' An informational copy of plans, specifications, and addenda are also available for viewing only at
the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
' Washington.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d
to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, disadvantaged business enterprises as
defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, national origin, or sex
in consideration for an award. The City encourages minority and women-owned firms to submit
bids consistent with the City's policy to ensure that such firms are afforded the maximum
' practicable opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
' pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and contract time shall begin on
' the date stated in the written notice to proceed provided to the Contractor. In no case shall the
beginning of contract time be prior to October 1, 2018 or later than March 4, 2019. Regardless of
the date of award or Notice to Proceed, the Contractor must complete all work under this project
within the authorized number of working days.
RESERVATION OF RIGHTS:
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
' minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents. No bidder may withdraw his or her bid after the hour set for the opening thereof
unless the award is delayed for a period exceeding thirty(30)days.
' Dated the 17th day of August, 2018.
Dates of Publication:
' Daily Journal of Commerce: August 17, 2018
August 24, 2018
' Federal Way Mirror: August 17, 2018
August 24, 2018
' CITY OF FEDERAL WAY RFB-2 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
BIDDER'S CHECKLIST
I 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
complying.
Iso
®/ Bid Form(Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
I Mr" Bid Schedule(Attachment C)
The unit prices shall be set forth in the space provided.
�/ Bid Signature Page (Attachment D)
I
The Bid Signature Page shall be filled in and fully executed by the bidder.
[g/ Bid Bond Form(Attachment E)
I 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.
I 12/ Subcontractor List(Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
I 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.
I (1.," UDBE Utilization Certification(Attachment H)
This form demonstrates how the bidder will meet the DBE Condition of Award.
I UDBE Written Confirmation Document(Attachment I)
Complete this form for every DBE listed on the DBE Utilization Certification. The
RV
'Description of Work" and "Amount to be Applied Toward Goal" must match between DBE
Utilization Certification and the DBE Written Confirmation Document or your bid may be
Irejected.
Contractor Wage Law Compliance Certification (Attachment J)
I
This form must be filled in and fully executed by the bidder.
[l"Proposal for Incorporating Recycled Materials (Attachment K)
This form shall be filled in and executed by the bidder.
IV Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
IContractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
I number and, as applicable, an employment security department number and state excise
tax registration number.
I
CITY OF FEDERAL WAY RFB-3 RFB#18-007
AUG 2018 MILITARY RD 5/S 298TH ST COMPACT ROUNDABOUT
IRFB ver 5-18
Provided to Hailders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
' SECTION 1: INSTRUCTIONS TO BIDDERS
' 1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 11:00 a.m. local time on September 11, 2018, to the
Purchasing Office of the City of Federal Way(the "City"), located on the second floor of City
Hall, or received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue
S, Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in
City Hall Council Chambers on September 11, 2018, at 11:05 a.m. local time.
' The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late
bids will be returned unopened.
' If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
' and time indicated above.
1-2 Bid Form
' Bids shall be made on the "Bid Form" (Attachment "B") issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
' partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
' signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
' 1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are
' delivered to the City within forty-eight(48) hours prior to the opening of bids.
1-5 Modification of Bid
' A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
' 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,
CITY OF FEDERAL WAY RFB-5 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
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 prospective
Bidder desiring an explanation or interpretation of the Bid Documents, shall request the
' explanation or interpretation in writing by close of business three business days preceding
the bid opening to allow a written reply to reach all prospective Bidders before the
submission of their bids. All requests for explanation or interpretation must be directed to
' Christine J. Mullen, PE, Streets Project Engineer, by letter at 33325 8th Avenue South,
Federal Way, WA, 98003 or by email at Christine.Mullen@CityofFederalWay.com. Any
interpretation deemed necessary by the City will be in the form of an addendum to the bid
documents and when issued will be sent as promptly as is practical to all parties to whom
the bid documents have been issued. All such addenda shall become part of the bid.
1-8 Addenda
' Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
' 1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract
including, but not limited to, furnishing all materials, equipment, tools, freight charges,
facilities and all management, superintendence, labor and service, except as may be
' provided otherwise in the contract documents. All Washington State sales tax and all
other government taxes, assessments and charges shall be included in the various
Bid item prices as required by law. The offer shall remain in effect ninety (90) days after
the bid opening. In the event of a discrepancy between a unit price and an extended
amount and/or the total price, the unit price will govern and the extended amount and/or
total price will be corrected accordingly; however, downward correction of a bid, which
would displace the apparent low bidder, will only be permitted if the error made and the
intended bid price can be determined solely from the bid documents.
1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and/or responsibility necessary to
' CITY OF FEDERAL WAY RFB-6 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
1
' perform the work after considering the elements in Section 1-14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
' time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
' B. The city further reserves the right to reject any portion of any bid and/or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
' 1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
' explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
' 1-13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
' required to submit the Affidavit of Non-Collusion (Attachment G)with their bids.
1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
' bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
' A. Responsiveness— The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information may
cause the bid to be rejected. The City will consider all the material submitted by the
bidder to determine whether the bid is in compliance with the bid terms and documents
' and responsive to the requested work.
B. Responsibility—The City will consider all the material submitted by the bidder, and
other evidence it may obtain including information from previous project owners, to
determine whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
' responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
' Chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier(UBI) number;
' c. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW;
CITY OF FEDERAL WAY RFB-7 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
d. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
' e. Within a three-year period immediately preceding the date of the bid solicitation,
the bidder shall not be a willful violator, as defined in RCW 49.48.082, of any
provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final
and binding citation and notice of assessment issued by the Department of
' Labor and Industries or through a civil judgment entered by a court of limited
or general jurisdiction.
' 2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, that demonstrate a lack of effective management
111 by the bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
' b. The bidder shall have a reasonable history of successfully completed
projects of a similar size and scope as required by the contract documents
for this project. The City will evaluate whether the projects were "successfully
' completed" and of a "similar size and scope."
c. The bidder shall have evidence that it is able to begin and complete the
work, and complete it in a timely fashion.
' 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves the
' right to request such documentation from other bidders also. Refusal to provide
such information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed within
the previous three years and include for each project the following
' information; the owner and contact information for the owner; a list of claims
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
'
b. claim and the ultimate resolution of the claim.
The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the following:
' the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
' regarding performance in the following areas; quality control; safety record;
timeliness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appropriate equipment; compliance
with contract documents; management of submittals process, change
orders, and close-out.
c. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
'
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)
and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2).
' CITY OF FEDERAL WAY RFB-8 RFB#18-007
AUG 2018 MILITARY RD S/ S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
4. If the City determines the bidder does not meet the bidder responsibility criteria in
' paragraph (B)(1) and (B)(2) above and is therefore not a responsible bidder, the City
shall notify the bidder in writing with the reasons for its determination. If the bidder
disagrees with this determination, it may appeal the determination within 24 hours of
receipt of the City's determination by presenting additional information to the City
' and meeting the requirements of section 1-20(B). The City will consider the
additional information before issuing its final determination. If the final determination
affirms that the bidder is not responsible, the City will not execute a contract with
' any other bidder until two business days after the bidder determined to be not
responsible has received the final determination.
C. Lowest Bid—The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of
Award, the bidder whose bid is accepted, shall furnish the required performance bond,
certificate of insurance, execute the contract and perform all other acts required by the
bid and contract documents as conditions precedent to formation of the contract.
' 1-15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and/or cost analysis of such bid. The sole bidder shall provide such information, data
' and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
A. Attachment A— No Bid Response Form, if applicable.
B. Attachment B—Bid Form.
C. Attachment C— Bid Schedule.
D. Attachment D—Bid Signature Page.
' E. Attachment E—Bid Bond Form.
F. Attachment F—Subcontractor List, if applicable.
' G. Attachment G— Non-Collusion Declaration and Notice to All Bidders.
' H. Attachment H— UDBE Utilization Certification.
I. Attachment I— UDBE Written Confirmation Document.
J. Attachment J—Contractor Wage Law Compliance Certification
K. Attachment K- Proposal for Incorporating Recycled Materials
' CITY OF FEDERAL WAY RFB-9 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' 1-17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
' A. Conflict of Interest—That it has no direct or indirect pecuniary or proprietary interest, that
it shall not acquire any interest which conflicts in any manner or degree with the work,
services, equipment or materials required to be performed and/or provided under this
' contract and that it shall not employ any person or agent having any such interests. In
the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City
' and take action immediately to eliminate the conflict or to withdraw from this contract, as
the City may require.
B. Contingent Fees and Gratuities
' 1. That no person or selling agency except bona fide employees or designated agents
or representatives of the Contractor have been employed or retained to solicit or
' secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
' 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of its agents, employees or representatives, to any
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
' awarding or amending, or the making of any determination with respect to the
performance of this contract.
' 1-18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid
Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
' check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and/or
' performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
' and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
' Bond." Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
' The City further reserves the right to hold all bids (and the accompanying bid security) from
the date of the bid opening until the contract and any performance/payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
' remain effective during that period.
' CITY OF FEDERAL WAY RFB-10 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' 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
1 surety's name shall appear in the current Authorized Insurance Company List in the State
of Washington, published by the Office of the Insurance Commissioner. The scope of the
Performance/Payment Bond (Exhibit E) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8 "Indemnification" of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
' the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
' paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
1-20 Bid Dispute
' A. Any actual or prospective bidder, including sub-contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. All other protests shall be accepted only from actual bidders and
' shall be submitted within five (5) calendar days after the aggrieved person knows or
should have known of the facts and circumstances upon which the protest is based;
provided, however, that in no event shall a protest be considered if all bids are rejected
' or after the award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
' and address of the aggrieved person; (2) the RFB number and contract title under
which the protest is submitted; (3) a detailed description of the specific grounds for
protest and any supporting documentation; and (4) the specific ruling or relief
requested. The written protest shall be addressed to:
City of Federal Way
33325 8th Avenue South
' Federal Way, Washington 98003-6325
Attention: Bid Protest-- Military Rd S /S 28th St Compact Roundabout
RFB # 18-007
' 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
CITY OF FEDERAL WAY RFB-11 RFB#18-007
AUG 2018 MILITARY RD S/ S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
1
' 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
1 2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
' not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by
Christine J. Mullen, P.E., Street Systems Project Engineer. Questions by the Contractor
regarding interpretation of the terms, provisions and requirements of this contract shall be
addressed to Christine J. Mullen, P.E., Street Systems Project Engineer, for response.
2-2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
' submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid;
Bidder's Checklist; Instructions to Bidders; General Contractual Terms and Conditions; Bid
Form; Bid Schedule; Bid Signature Page; Bid Bond Form; Subcontractor List; Non-collusion
Declaration and Notice to All Bidders; UDBE Utilization Certification; UDBE Written
Confirmation Document; Contractor Wage Law Compliance Certification; Proposal for
' Incorporating Recycled Materials; Public Works Contract; Notice of Completion (Exhibit A);
Contract Change Order Agreement (Exhibit B); Notice of Nondiscrimination in Employment
(Exhibit C); Certificate of Insurance (Exhibit D); Performance / Payment Bond (Exhibit E);
Title VI Assurances (Exhibit F); Project Plans; 2018 WSDOT Standard Specifications for
' Road, Bridge, and Municipal Construction; Amendments to the Standard Specifications;
Contract Special Provisions; Addenda and Change Orders; WSDOT Standard Plans
(Appendix A); City of Federal Way Standard Details (Appendix B); FHWA 1273 (Appendix
C); Prevailing Wage Rates (Appendix D); Geotechnical Information (Appendix E); and all
' CITY OF FEDERAL WAY RFB-12 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
other Appendices attached hereto and incorporated by this reference, (collectively the
"Contract Documents.")
' The contract documents are intended to be complementary so that what is required by any
one of them shall be as binding as if called for by all of them. In the event of any conflicting
provisions or requirements within the several parts of the contract documents, the City will
' issue an interpretation regarding the controlling provision, which interpretation shall be
binding.
' 2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
' by the City from the Contractor or its surety.
2-5 Change Orders
' The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope of
this contract. Oral orders will not be binding on the City unless confirmed in writing by the
' City. Except as provided herein, no order, statement, or conduct of the City will be treated
as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
' required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no claim
will be allowed for any costs incurred more than five (5) days before the Contractor gives
written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after giving
' the City the written notice required above, as the case may be, submit to the City a written
statement setting forth the general nature and monetary extent of such claim; provided the
City, in its sole discretion, may extend such five (5) day submittal period upon request by
' the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may require to determine if the claims and costs have merit.
' No claim by the Contractor for an equitable adjustment hereunder will be allowed if
asserted after final payment under this contract.
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
deducted from the contract price and the delivery schedule will be reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
' 2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
' CITY OF FEDERAL WAY RFB-13 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
2-8 Shipping Charges
' All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
2-9 No Waiver of Warranties and Contract Rights
' Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion
of any express or implied warranty or any right under this contract or in law.
' 2-10 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
' materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of the
' other party. This contract shall be binding upon and inure to the benefit of the successors of
the parties.
' 2-11 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and
construed according to the laws of the State of Washington including, but not limited to, the
Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in
' King County Superior Court, which shall have sole and exclusive jurisdiction and venue.
2-12 Hazardous Chemical Communication
' In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing
any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany
the toxic product(s)to the specified delivery sites.
' Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
' B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
i2-13 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
' performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage will be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
' reasonable forecast of actual damages which the City will suffer by the delay in delivery, the
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penalty) in accordance with Section 1.3 of Attachment L, Public Works
111
Contract, to compensate for any damages caused by such delay. The City may deduct from
' CITY OF FEDERAL WAY RFB-14 RFB#18-007
AUG 2018 MILITARY RD S/ S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
1
any payment owing to the Contractor, any liquidated damages, which may be incurred by
the Contractor pursuant to this paragraph.
2-14 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract shall
be excused if due to causes beyond the control and without the fault or negligence of the
' Contractor or City, respectively, including, but not restricted to, acts of God, acts of public
enemy, acts of any government, fire, floods, epidemics, and strikes.
2-15 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall be
owned by and made available to the City for public use, unless the City shall, in a specific
case where it is legally permissible, determine that it is in the public interest that it not be so
' owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs, specifications,
' computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whether or not
complete (referred to in this subsection as "Subject Data"), shall be vested in the City or
' such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
the City. The Contractor shall also place their endorsement on all Subject Data furnished by
' them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in
each subcontract for the work on the project.
2-16 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
' invention, article, process or method that may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
' hold the City, together with its officers and employees, harmless against any and all
demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
City, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
' furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
' CITY OF FEDERAL WAY RFB-15 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' 2-17 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written order,
' or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are
incorporated by this reference.
' By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor
completely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King County,
Washington.
' 2-18 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
' sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
' recycled materials, Contractor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with these bid
documents. Contractor shall certify the percentage of recycled content and products sold to
the City, including a percentage of post-consumer waste that is in the product. This
' certification is required to be in the form of a label on the product or a statement by the
Contractor attached to the bid documents. The certification on multi-component or multi-
material products shall verify the percentage and type of post-consumer waste and recycled
' content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, in the event of a bidder's protest, or other challenge to the bid accepted.
I
' CITY OF FEDERAL WAY RFB-16 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
ATTACHMENT A: NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope
with the bid number and bid title indicated on the outside of the envelope. The form must be
' received by the date and time specified for the bid opening as indicated in Section 1-1. Failure to
return this form, if not submitting a formal bid, may result in your firm being disqualified from future
City projects.
Bid Number: RFB No. 18 7 /WA
Bid Title: Military R S/S 298th St Compact Roundabout
U
❑ Cannot c mply with specifications.
u Cann meet delivery requirement.
' u Do of regularly manufacture or sell the type of commodity involved.
u ther (please specify).
Explanation of reason(s) checked:
Check one of the following:
' ❑ WE DO
u WE DO NOT desire to be ret-fined on the mailing list for future procurements of this
' commodity.
Firm Name: ,
iAddress: Phone:
Signature Date
NameYp or P, nt T e Title
( )
CITY OF FEDERAL WAY RFB-17 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
' RFA ver 618
Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com — Always Verify Seal
t
I
IATTACHMENT B: BID FORM
I
CITY OF FEDERAL WAY
MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
I
BID FORM
Bidder: Ao17 V6 IOl s C'17W l 1 iOC- Date: //////S
IITEM BID AMOUNT
$ o
IA) Schedule A— Roadway Improvements 7I/ , 7L/c2-. ��
TOTAL BID AMOUNT $
(including Washington State sales tax, all other '7'72 '7'/.', vp.
Ij government taxes, assessments and charges)
To City Council Members
City of Federal Way
I
33325 8th Ave South
Federal Way, Washington 98003-6325
I Pursuant to and in compliance with your advertisement for bids for construction of Military Rd S/
S 298th St Compact Roundabout , 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 Military Rd S I S 298th St Compact Roundabout , and
I 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.
IThe 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
I City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails
to execute the Military Rd S / S 298th St Compact Roundabout 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
Iundersigned.
OJ �
Bond or Certified Check amount 6-70 err I vir7ry�
L gaollars ($ - )
I 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
I minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
IReceipt of the following Addendums is hereby acknowledged:/
Addendum No. I Date Issued: 9/ s(/s
CITY OF FEDERAL WAY RFB-18 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
IRFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
Addendum No. 2- Date Issued: VI( r g
IAddendum No. Date Issued-
' Geei G ,, /'ac an .7-0--,
Corporation/Pefkoorelifkial. Firm Name
I (Delete Two)
AG TI V6I Itilt, -
Bidder's State License No. Signature
C213oo► c33 iQ�si 7"
I Bidder's State Tax No. Title
I
I
I
I
I
I
I
I
I
CITY OF FEDERAL WAY RFB-19 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5.18
IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
IATTACHMENT C: BID SCHEDULE
ISCHEDULE A: All unit prices shall include applicable sales tax(Roadway Improvements)
Item Spec.
I
No. Div. Bid Item Description Unit laY Unit Price Amount
1 1-04 UNEXPECTED SITE CHANGES FA 1 $10,000.00$10,000.00
I2 1-05 ROADWAY SURVEYING LS 1 $/0,000. 0_42$ /D,0 00. 6.9--
I
3 1-05 ADA FEATURES SURVEYING LS 1 $ 35-00.0,,c4 3soo, 01....
4 1-05 RECORD DRAWINGS (MINIMUM LS 1 $ �i$ �-
BID $3,000) 3�• 3�0'
I5 1-07 SPCC PLAN LS 1 $/00. 'a° $ /00• o�
6 1-09 MOBILIZATION LS 1 $7i'qig."2$ 7'6 579. 6
1 7 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $
I8 1-10 FLAGGERS HR 960 $ 59, ei$ 5 6 So. PP-
9
-9 1-10 OTHER TRAFFIC CONTROL LABOR HR 120 $ 5-get?. $ (, 160. 03.
I10 1-10 CONSTRUCTION SIGNS CLASS A SF 200 $32 .°O $ 6100. °--°-'
OTHER TEMPORARY TRAFFIC
I
11 1-10
CONTROL LS 1 $2000. -49-'$ 2O0O• .7-5-1'
12 2-01 CLEARING AND GRUBBING LS 1 $ 500.'$ '7500. 9,--
II 13 2-01 ROADSIDE CLEANUP FA 1 $3,000.00 $3,000.00
r
REMOVAL OF STRUCTURES AND
I
14 2-02 OBSTRUCTIONS LS 1 $0,000.02$ /O QpO. c-f-7-
15 2-02 SAWCUTTING LF 1,000 $ 2. s° $ 2500. Iv-
I16 2-03 ROADWAY EXCAVATION INCL.L CY 400 $57 0.. $ 24 Soo. Oe-
UNSUITABLE FOUNDATION
17 2-03 CY 3000
I
EXCAVATION INCL. HAUL $S7 '� $ 17/0'
18 2-03 GRAVEL BORROW INCL. HAUL TN 90 $ 3. s° $ 2790 0j
' 19 4-04 CRUSHED SURFACING BASE o0
COURSE TN 230 $ 51 es' $ /1 73o.
1 CITY OF FEDERAL WAY RFB-20 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
I I
20 4.04 CRUSHED SURFACING TOP COURSEI TN 80 $q5 00 Is 16loo. 0i
I21 5-04 HMA CL. 1/2"PG 64-22 TN 1,000 $ 130. 0� $ 601 000, °i
I22 5-04 PLANING BITUMINOUS PAVEMENT SY 4500 $ L/, 1)..?-- $ /8/000. �-eV-
23
23 5-04 TEMPORARY PAVEMENT TN 50 $90. 6)-4 /,pod, °-°
I24 5-04 THICKENED EDGE LF 300 $ 5 Jj $ Aso. 05
I 25 6-13 MODULAR BLOC KWALL SF 340 $ '/ $ /5-/300. ��
DUCTILE IRON STORM SEWER
26 7-04PIPE, 8"DIAM LF 60 $ 6,0.°% $ 3 6,00. pO-
I 27 7-04 DUCTILE IRON STORM SEWER
PIPE, 12"DIAM LF 75 $ go. $ 6,/ %0 �i
28 7-04
CLASS IV REINFORCED CONCRETE LF 115 $ // 00 $ ( OD
STORM SEEWER PIPE, 12"DIAM. IOD, 900.
29 7-05 CONCRETE INLET EA 1 $13oo oo $ 000. OP,--
I30 7-05 CATCH BASIN TYPE 1 EA 4 $13ip oo$ 5-Z00, 0�
31 7-05 CATCH BASIN TYPE 2, 48"DIAM. EA 1 $,,3'?. $ 3caa 05,'--
I32 7-05 ADJUST SEWER MANHOLE EA 3 $ ESQ,— $ /4 5V.
I33 7-05 ADJUST CATCH BASIN EA 2 $ 5-00, °.8$ /OQO. 15-'-
34
-34 7-05 ADJUST GAS VALVE EA 1 $ 3g5,0$ 32 5;I0f
35 8-01 EROSION CONTROL AND WATERLS 1 $500O.opt
SDS °-%
POLLUTION PREVENTION
I36 8-01 INLET PROTECTION EA 10 $ 70. es $ 7D0.
37 8-01 SILT FENCE LF 240 $ b, a� $ /v2/0 05.,„,*
I38 8-01 HIGH VISIBILITY FENCE LF 1500 $ 2 7S $ 1//2
39 8-02 TOPSOIL TYPE A CY 40 $ 55e% $ ZZoo. =°
40 8-02 BARK OR WOOD CHIP MULCH CY 10 $ 10. 0$ $ 8.00.
I41 8-02 SEEEDED LAWN INSTALLATION SY 180 $ 7. $ /'7g • 01-
CITY OF FEDERAL WAY RFB-21 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 618
I
Provided to Builders Exchange of WA, Tnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
I
42 8-02 PROPERTY RESTORATION FA 1 $3,000.00 $3,000.00
I43 8-04 INTEGRAL CURB SF 65 $ 9Q, 0.5-* $ SSSo. 01
I44 8-04 CEMENT CONC. CURB AND GUTTER LF 430 $ 7S Oo $ /I, ;j.
jI45 8-04 CEMENT CONC. PEDESTRIAN CURB LF 270 $ 35; $ 14t5-0. 0.9-
I
46 8-07 (PRECAST SLOPED MOUNTABLE
CURB LF 700 $ 1/aQ,O-$ 28;000.
I
47 8-07 CAST IN PLACE MOUNTABLE CURB LS 1 $ 3506 $ 35b0 O-
RAI
48 8-09 TYPE D PAVEMENT MARKERS, HUN 2 $2000.Or$ 9000.
I49 8-12 BLACK FENCE VINYL COATED CHAIN LINK LF 80 $ ?3, $ �f d O0
50 8-13 ADJUST MONUMENT CASE AND EA 3 $ 35D gip,$ /05-0 oe
I
COVER TO GRADE
51 8-14 CEMENT CONC. SIDEWALK SY 200 $ 60. G_ $ a 7 000. OQ
I52 8-14 CEMENT CONC. CURB RAMP EA 8 $ 1150.01-$ /1/ DOO. OQ
53 8-14 CEMENT CONC. BICYCLE RAMP EA 1 $ /(,p0. °S$ /600• S52-
I 54 8-14 STAMPED CONCRETE FINISH SF 140
$ 3-1. 09 $ 57S p, 09,-
I
55 8-14 DETECTABLE WARNING SURFACE SF 210 $ 66. 0 $ 13/01,11 Os-
ILLUMINATION
fILLUMINATION SYSTEM
56 8-20 MODIFICATIONS, COMPLETE LS 1 $931500.0''$ 1/3,5-O4. �''
I57 8-21 PERMANENT SIGNING LS 1 $5- 00.' $ S5o0. 0,5%
I58 8-22 PROFILED PLASTIC LINE LF 2970 $ OQ $ /1495-0. 13P--
59 8-22 PLASTIC LINE LF 230 $ 5",Oo $ //Sb o_
I60 8-22 PLASTIC CROSSWALK UNE SF 370 $ /5' A?. $ 5:5-5d,00
I61 8-22 PLASTIC DOTTED WIDE LINE LF 120 $ y. 00 $ /Ma. OOH —
62 8-22 PLASTIC YIELD LINE SYMBOL EA 16 $ 50. �° $ Z'/CV. Q,
I 63 8-22 MMA COLORED PAVEMENT SF 1700 $ gip, oa $ 00�
MARKING 57jI pea
CITY OF FEDERAL WAY RFB-22 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFA ver 5-18
IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
1
64 8-31 RESOLUTION OF UTILITY FA 1 $10,000.00 $10,000.00
' CONFLICT S
65 8-31 POTHOLING FA 1 $10,000.00 $10,000.00
66 1-10 PORTABLE CHANGEABLE MESSAGE
SIGN HR 400 $ . . $ /2OO• 02"'
67 8-23 TEMPORARY PAVEMENT MARKING LF 3300 $ 0. 28 $ l 2„.[
' TOTAL-SCHEDULE A '1i12/'7111z
1
' CITY OF FEDERAL WAY RFB-23 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver 5.16
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
ATTACHMENT D: BID SIGNATURE PAGE
I Date: cilli//
IThe undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the Military Rd S / S 298th St Compact Roundabout and comply with all other
terms and conditions of the contract and bid documents of RFB 18-007.
INo bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
I 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.
I 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.
Co/2P. A .7-71/ 04715io i J&
I Corporation/ Company
(Delete Two)
--
(Signature)
c7rw,7 &eCPN77
I (Printed Name)
Its: ec4Peie T
I (Title)
57/0 ee vcle
406.
I - iom/9 015 W./.3
(Address)
I g63. pig,/DI/
(Telephone Number)
I
I
I
ICITY OF FEDERAL WAY RFB-24 RFB#18-007
AUG 2018 MILITARY RD S I S 298TH ST COMPACT ROUNDABOUT
I RFB ver 5-la
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
1 �
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$ , which amount is not less than five percent(5%) of the total bid.
' BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Active Construction, Inc.
as Principal, and Liberty Mutual Insurance Company , as Surety,
' are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of
Five Percent(5%)of Bid Amount and /100 dollars ($5%of Bid Amount),for the payment of which the
Principal and the Surety bond themselves, their heirs and executors, administrators, successors
and assigns,jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
' Military Rd S/S 298th St Compact Roundabout
' According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation
shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall
forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this
' bond.
SIGNED, SEALED AND DATED THIS 11 DAY OF September , 2018.
Active Constructs Inc
1 Principal
Libert Mutual Insurance mpany
' Surety Karen C.Swanson,Attorney-in-Fact
Date: , 20 .
' Received return of deposit in the sum of$ .
CITY OF FEDERAL WAY RFB-25 RFB#18-007
' AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver 5-18
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.8145431
I Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
I 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,
I Heather L.Allen;James B.Binder;Brandon K.Bush;Peter J.Comfort;Carley Espiritu;Jacob T.Haddock;Diane M.Harding;Brent E.Heilesen;Kyle J.
Howat;Cynthia L.Jay;Aliceon A.Kellner;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
I 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
I
thereto this 5th day of July 2018 . la
r11Y.IN,, L eiSek, P,,N,.tiUN„r
•� ti
h,�:°- , a, .‘r,, ,+;, W,�, doe+.1.41i7-, The Ohio Casualty Insurance Company ra
' Liberty Mutual Insurance Company m
I a lore o 191? { 1991 = C
z ax tY w West)) Insurance Company •rn
Yl �'y` Aur iia ,hw,JF �' •ter / .�+�� 3
.13
m. t i r • • By. `f --- --- ..- >+
O STATE OF PENNSYLVANIA ss David M.Carey,Assistant Secretary R
I
I- COUNTY OF MONTGOMERY C
-• R
O
E co On this 5th day of July 201 e,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance v t-
v at 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 >,(0
p.2 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d W
I re
C
as > 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 C
A nwF FC COMMONWEALTH OF PENNSYLVANIA Q
P
z Ti
-11 wel
't' ° .tip r I Now/kill Seat 1 V46
tali 4,NI r. a ssTeresa Pasteila.Notary Public By ... --------_---�— `
I O 13
CO m of upper MerionTwp Montgomery County Teresa Pastella,Notary Public C
L 1
r
My Commission Expires March 2e,2021 R
O ARYL ` Mender.Pmuylvan is Association of Notaries (Z E
to
=p 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 et p
` Insurance Company,and West American Insurance Company which resolutions are now in full force and effect readingas follows:
y.. P Y, P Y ..L..O
Ito 01
CD
d 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 0 C
?,,,,,4) 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, z...m
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
I
E y 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 m
'6 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 >12
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. .2
....N
To 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, 00
> d 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, 1-M
I
p 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 5 00
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 8 o
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O tQ
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-r
' 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 Wed 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,a in full force and effect and
I has not been revoked i
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this I! day of / .# mire • 20
,,s 'NSU ,ev,,, ,1:1Mwq,r
,J .N1/40 p.,.
v��xra Y'<�+(� l''. t wTwn,,tl. 40.
cotn r� R12 1991 ° By: � — .�L"sW��,�. —
I o j Renee C L ststanl Secretary
.»rr� orb �, N7*- f u
I
489 of 500
LMS 12873 022017
I
ATTACHMENT F: SUBCONTRACTOR LIST
ULocal Agency Name
CITY OF FEDERAL WAY Local Agency Subcontractor List
Local Agency Address
II FEDERAL
8TH AVE 5 Prepared in comptance with RCW 39.30.060 as amended
FEDERAL WAY,WA 98003
/�,,� GTonBedSubmittedAwith the Bid Proposal
1 Project Name mime lid/ �r `"/ d f . Uma/ . % i - r
Failure to list subcontractors with whom the bidder,if awarded the contract,will directly subcontract for
performance of the work of heating,ventilation and air conditioning,plumbing,as descrbed in Chapter 18.106
RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
'II the same work will result in your bid being nonresponsive and therefore void.
Subcontractor{s)with whom the bidder wiN directly subcontract that are proposed to perform the work of heating,
ventilation and air conditioning,plumbing,as descrbed b Chapter 18.106 RCW,and electrical as described in Chapter
RCW must be listed below. The work to be performed isb be listed below the subcontractor(s)name.
U19.28
To the extent the Project includes one or more categories of work referenced in RCW 39,30.060.and no
subcontractor is listed below to perform such work.the bidder certifies that the work will either til be
performed by the bidder Itself,or iii)be performed by a lower tier subcontractor who will not contract directly
U
with the bidder /
61,x:
Subcontractor Name 7'"(r!t 6J/�'�7,ri-
iWork to be Performed t ge44
ISubcontractor Name i'� 7Work to he Performedya
1 Subcontractor Name Jqome ebreopt
Work to be Performed ;�'/.ut/h61i1tar
I
Subcontractor Name
Work to be Performed
111
Subcontractor Name
I
Work to be Performed
II
'Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit,junction boxes,etc.are
considered electrical equipment and therefore considered part of electrical work,even if the installation is for future use
and no wiring or electrical current is connected during the project_
1 SR
DOT Form 271-015A EF
Revised 08r2012
CITY OF FEDERAL WAY RFB-26 RFB#18-007
AUG 2018 MILITARY RD S 1 S 298TH ST COMPACT ROUNDABOUT
1RFS ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
I
I
ATTACHMENT G: NON-COLLUSION DECLARATION AND NOTICE TO ALL BIDDERS
IFailure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
INON-COLLUSION DECLARATION
I,by signing the proposal,hereby declare,under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
That the undersigned person(s),firmassociation or corporation has
have not eitherorentered into I1.
(have) directly indirectly, anyagreement,
participated in any collusion,or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
II proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
Iof this declaration.
I
NOTICE TO ALL BIDDY
To report rigging activities call:
I.
1-800-424-9071
I The U.S.Department of Transportation(USDOT)operates the above toll-free
"hotline"Monday through Friday, 8:00 a.m.to 5:00 p.m.,eastern time. Anyone
with knowledge of possible bid rigging,bidder collusion,or other fraudulent
activities should use the"hotline"to report such activities.
IThe"hotline"is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USIDOT Inspector General. All information will be treated
I
confidentially and caller anonymity will be respected.
I
111 SR
DOT Forrn 272-030I EF
orrm,1
ICITY OF FEDERAL WAY RFB-27 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
I
RFB ver. 5-18
Fr_. l d to Ht.i ,3ats ..x..han.q- of NA, or usagc Csnuitions A, _..mcn: see www.b<wa.com — Alwaya Verify Sca..
I
11
ATTACHMENT H: UDBE UTILIZATION CERTIFICATION
I Ti
VW Deportment et Traimportatlan UWashington State nderutilized Disadvantaged Business
Enterprise Utilization Certification
I
To beeligible for Award of this Contract the Bidder shall fill ont and submit.as a supple to its sealed Bid Proposal,an
Underutrized Disadvantaged Business Enterprise(UDBE)Utilization Certification.The ContractingAgencyshall consider
as non-responsive and shall reject any Bid Proposal that does not contain a UDBE Utilization Gerlilcation which properly
demonstrates that the Bidder we meet the U DBE paa1clpatian requirements it one of the manners provided for In the
I proposed Contract.Refer to the Instructions on Page 2 when tilling out this totm or the Bid may be rejected.An
example form hes been provided on Page 3.The successful Bidder's UDBE Utilization Certification shall be deemed a
part of the resulting Contract.
Box 1: A 2/ � CVO'. .ritertdies that the UDBE firms listed below have been contacted
regarding.. . on is no .«; , ._..,w successful on this pi ..___and is awarded the Contract it sham
I assure that subcontracts or supply ag isaro executed witlt named UDBEs.(If naw�arsa�a"y..�t�use additional sheets.)
Box 2: ITN-11742A1RP ✓' 291 T4 ST. (t",t tPRGT /WIt:�)hIABOM,T
Cduni l Cdunn 2 CAM 3 Column 4 Column 5
I Name ot UE Project Role DsacrfptlonofWork Gager Amount Do
(See
{see lrtfWdieroJ (See inbn.eaonsl (see naeudiemi Subcontracted to be Applied
to UDBE Towards Goal
(see inat*uelier s) (See ieusuele ei
U
RAA La77PAPItS SUeet rfaltTD12-- i3L4GK f 1-L-- 4 8,67o.°j X81670• °%
AMAVA‘ elE is u.,27.'14m/4439t sro- x.37
� ,son.45.
I7k457 cats io�°m'�+G; 772at iN6-1 Mita' - S/,5-00. pe Ali,Soo. °i—
I
I
I
•
I
Underutilized Disadvantaged Business 1,51,0.'//.36 Total UDBE Commitment Dollar AmountO 51,ifs70.
Enterprise Condition of Award Contract Goal Box 3 Box i
5 qBy checking Box 5 the Bidder is stating that their attempts to solicit sufficient UDBE participation to meet
Uthe OA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with
Section 1-02.9 of the Contract
DOT Form 272-05BU
Revised 0212015
ICITY OF FEDERAL WAY RFB-28 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
I
RFB ver. 5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions AgreemenL see www.bxwa.com - Always Verify Scal
I
I r
1
ATTACHMENT I: UDBE WRITTEN CONFIRMATION DOCUMENT
I •r•► Washington
: Underutilized Disadvantaged Business
Will; Deportment of Transportation Enterprise (UDBE) Written
1 Confirmation Document
Sec Co/wrier P,a1•tsimis: I DBE i ocumens Submitral Requirements
Disadvantaged Business Enterprise Participation
I
THIS FORM SHALL ONLY BE SUBMITTED TO A LOBE THAT IS LISTED ON THE CONTRACTOR'S
UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SEN DING TO THE LOBE.
1 PART Ai To be eomnleted by the bidder
The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business
I
Enterprise Utilization Certification.Failure to do so will result in Bid rejection_ Q& 'cr- t? ` 1 4&k
Bidder's Business Name: 146 r ' E W' ' te-
5 "tc/�«n- oc-
1 L"DBE's Business Name: AM CetnAksr 6440r) th C.
DeseriptionofUDBE'sWork. 3(OGLe. WALL*__ ._. .__.•
IDollar Amount to be Applied Towards UDBE Goal: 8700• °P---,_ .. .
Dollar Amount tobeSubcontracted toL+DISE*: ! �•
Opbi.nal Field
PART B:To be completed by the l'nderutilized Disadvantaged Business Enterprise
I
As an authorized represemative 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.lithe Bidder is awarded the Contract.we will enter into an agreement with the Bidder to
participate in the project consistent with the information prow cd in Part A of this form.
IName(printed): --Q 1)._f-1E 4e __..._.__
Signature: (j4M&a [" 't
ITitle: OM Ivf"
Address ts4 8(ft f(,VG 14,0e f, Date, alt( 1( f 1 8 .——
I K wA-
1
I
DOTForm 422-031U
Revised 02r20t8
1 CITY OF FEDERAL WAY RFB-29 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
I RFB ver.548
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I
I
I `
•
ATTACHMENT I: UDBE WRITTEN CONFIRMATION DOCUMENT
IUnderutilized Disadvantaged Business
71. Washington
t of Transportation Enterprise (UDBE) Written
IConfirmation Document
See Contract Provisions; IJDBE Docunretu Submittal Requirements
Disadvantaged Yusiness Enterprise Participation
I THIS FORM SHALL ONLY BE SUBMITTED TOO 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.
?ART A:To hem tebythe bidder
� d
The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business
I Enterprise Utilization Certification.Failure to do so will result in Bid rejection. /�q ��/�
Contract Title: nu t l'7 09 S'-/6. Z9es Si: (1(/ � f A gerlo
Bidder's Business Name:
A Gn Vel ( Or /tit KaC,1.1 a11 7 A)C
UDBE's Business Name: A rn Atm roti i` eiG
Description of UDBE's Work:_ ri L c,T I C4 L/ L 1.l-L-nl i/C AT/071
I
_
Dollar Amount to be Applied Towards UDBE Goal: 51,ST,a
Dollar Amount to be Subcontracted to UDBE':
415 ) 500
I •opuontl Field
,
PART II:To be completed by the Underutilized Disndvnntngd Business Enterprise
I As an authorized nrppesentative of the Underutilized Disadvantag©d Business Enterprise,l 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.
I Name(printed): Lisa Wislocker
r
t ,
Signature: r i,. e,1,.r`., t _
ITide: Estimator
Address_ PO Box 98686 Date: 9/11/2018
1 Lakewood WA 98496
I
DOT Form 422-0m!
Rebid 02!2018
ICITY OF FEDERAL WAY RFB 29 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-16
IProvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
I
I
I ATTACHMENT I: UDBE WRITTEN CONFIRMATION DOCUMENT
/Mk ATTACHMENT
Disadvantaged Business
�� Washington State UDAE Written
IJ/ Department of Transportation Enterprise(
IConfirmation Document
.tee Conroe,Provisions: IIDBE Document Submittal Requirements
Disadvantaged Business Enterprise Participation
I
THIS FORM SHALL ONLY BE SUBMITTED TOA UDBE THAT IS LISTEDON THE CONTRACTOR'S
UNDERUTILIZED DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION.
THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE UDBE.
PART A:'lo herompleted by the bidder
The entries below shall be consistent with what is shown on the Bidder's Underutilized Disadvantaged Business
I Enterprise Utilization Certification. Fai•lwa to do so will result in Bid refection
Contract Title [ llUi e, !• (5'2/974 51. 'kr afAeltnarklZ7
Bidder's Business Name: AOVVe ear 1 (1n-.Z A)/•
1 UDBE's Business Name: 4-1111116TA et f Q anori
Dcscript ion of U DBE's Work: TRUCK/iNirrd 4/u'4iA)6—
' II, . °=
Dollar Amount to be Applied Towards LtgHE Coal 0•
Dollar Amount to be Subcontracted to UDBE': "-+'-.I-I j. 500'
OD
.Optional FINd
PAKI•B:7o be completed hs the I ndcrutillted Dhads aniseed Business I:nternrise
As an authorized representative of the Underutilized Disadvantaged Business Enterprise,I confirm that we
I
have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work
described above lithe Bidder is awarded the Contract,we will enter into an agreement with the Bidder to
participate in the project /consistentt,with the information provided,, in Part A of this form.
IName tplintedl: c -lvt ;_ PGi(-1.4. 1/
Signature:
Itide: 'C!_•_L.- D..L1i}{ d4 As' -
Addres.: 3) O D d'/-s,!}✓s. S ' ' fC. " /i/hP
Date_
I
Dot From 422-0310
IRevised 02/2D18
I CITY OF FEDERAL WAY
AUG 2018 RFB-29 RFB#18-007
MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RF8 ver 5-18
r,� '•curl ,r Hui, 10, 1.. k -1 ,f gat•, Ino. Foy ca.,gp . , <iil.h.n Aq:�-Innrrt & awv 1 .. in - ,v e,r ilk _ ..1
I
I
Au. Washington State Underutilized Disadvantaged Business
, VW Department of TransportationI Enterprise (UDBE)Trucking Credit Form
1
PART A; TO BE COMPLETED BY THE CONTRACTOR
This form is in support of the trucking commitment identified on the UDBE Utilization Certification Form submitted with the proposal.
' Please note that UDBE's must be certified prior to time of submittal.
Federal Aid# [County Contract#
HSIP-1031(005) PIERCE
_
_listing items by hours,or by lump sum amounts,please provide calculations to substantiate the quantities listed.
Bid Item Item Description Unit of Measure Unit Price Quantity T Total Per Item
I 12 Trucking HR $ 145.00 35 $ 5,075.00
16 Trucking HR $ 145.00 44.3103 $6,425.00
$ $
I
_$ $
Amount to be Applied Towards UDBE Goal: $ 11,500.00
I Amount to be Subcontracted to UDBE*: $ 11,500.00
*Optional Field
PART B:TO BE COMPLETED BY THE UDBE TRUCKING FIRM
I Note:DBE/UDBE trucking firm participation may only be credited as DBE/UDBE participation for the value of the hauling services,
not for the materials being hauled unless the trucking firm is also recognized as a supplier and approved as a regular dealer.
1.Type of Material expected to be hauled?
DlspQsa1.A99r.egate_
' 2.Number of fully operational trucks
expected to be used on this project? Tractor/trailers: _. ,_ Dump trucks:2
3.Number of trucks and trailers owned by the Tractor/trailers: —__ Dump trucks:2.
I UDBE that will be used on this project?
Prime Contractor Name/Title(please print)
Active Construction, Inc. David Ceccanti / President
Address Signature
I
5110 River Rd E Tacoma WA 98443
Phone Fax
253-248-1091 253-243-1093
I Email Date
davidc@activeconstruction.com 9-11-18
UDBE . Name/Title Name/Title(please viol)
�/►,�_ ,. r�,v140c.7JIrl_... 1 i b_L_.: 44,,,i.► 5 pj. L1/
Vendor No.
D4C9 / v-- � YD�Ji�: �n �✓
e..S
Address 33Y .` 'Pc. fi 6,J 4. 1 v,L /,�,s7 Signature
ure9
I reagrej way
PLS) s/? TP8o FaA J ? S-/,7 -2c/Y
I
Email
4 - i `,11 !/ e , L-/,, .. 4_,c,, . Oats 5'///�s
Instruction to Bidder:The Bidder shall complete and submit the Underutilized Disadvantaged Business Enterprise(UDBE)Trucking
I
Credit Form in accordance with Section 1-02.9 of the Contract.
DOT Form 272-058
Revised 03/2018
I
I
ATTACHMENT J: CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL
PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR
' AWARD.
' I hereby certify, under penalty of perjury under the laws of the State of Washington, on
behalf of the firm identified below that, to the best of my knowledge and belief, this firm
has NOT been determined by a final and binding citation and notice of assessment issued
' by the Washington State Department of Labor and industries or through a civil judgment
entered by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3)
years prior to the date of the Request for Bids.
' Bidder Name:
1#G77V6- efin4172twrioniti,
Name of Contractor/Bidder-Print Full Legal Entity Name of Arm
By: ' Aged deceointr7
tgnature of Authorized Person Print Name of Person Making Certifications for Firm
Title: PP,1PeAD- r Place: /T►�7'n�`t
Idle of Person Signing Certificate Print City and State Where Signed
' Date: 4000
1
CITY OF FEDERAL WAY RFB-30 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-113
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.hxwa.com - Always Verify Scal
ATTACHMENT K: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
' s ___ 41111
APWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the
p Recyc Project e
' In compliance with a new law that went into effect January 1, 2016 (SHB 1695), 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: o�/D percent.
' Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
' more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the 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: i G 444 ..-
Signature of Authorized Official
' Date: t /il/ii
CITY OF FEDERAL WAY RFB-31 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB vet.5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions AgxeemenL see www.bxwa.com - Always Verify Scal
I
_ _.
I Department of Labor and Industries
ACTIVE CONSTRUCTION INC
PO Box 44450
I Olympia, WA 98504-4450 Reg: CC ACTIVCi164JL
3pp� UBI: 273-001-533
4 Registered as provided by Law as:
Construction Contractor
x,�.y (0001) GENERAL ,, : , ::. —'
k
ACTIVE CONSTRUCTION 3 # , Effective Date: 4/13/1984
I PO BOX 430 Expiration Date: 11/7/2019
PUYALLUP WA 98371
1
6)4C/1 /1/15/#27 -'°°1 5-33
erniac rn y cctier PWr ik32/96---o0-O
I
I
I
I
I
I
I .
I
I
I
I
I
I
I
1\ J� ;
BUSINESS LICENSE I .
I
Corporation Unified Business ID#:273001533
Business ID#.001 '
I
ACTIVE CONSTRUCTION,INC. Expires:Nov 30,2018
5110 RIVER RDE Location:0001
TACOMA,WA 98443-2638
UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE
I
MINOR WORK PERMIT(EXPIRES 12/31/2018)-
ACTIVE TAX REGISTRATION#273-001-533-ACTIVE
•
I CITY ENDORSEMENTS:
SAMMAMISH GENERAL BUSINESS(EXPIRES 12/31/2018)-ACTIVE
GIG HARBOR GENERAL BUSINESS#14(EXPIRES 12/31/2018)-ACTIVE
TUMWATER GENERAL BUSINESS#R-003088(EXPIRES 12/31/2018)-ACTIVE
I SUMNER GENERAL BUSINESS(EXPIRES 12/31/2018)-ACTIVE
PORT ORCHARD GENERAL BUSINESS#8009655(EXPIRES 12/31/2018)-ACTIVE
•
OLYMPIA GENERAL BUSINESS#1876(EXPIRES 12/31/2018)-ACTIVE . .
DUPONT GENERAL BUSINESS#6(EXPIRES 12/31/2018)-ACTIVE
I EDGEWOOD GENERAL BUSINESS-ACTIVE
UNIVERSITY PLACE GENERAL BUSINESS(EXPIRES 12/31/2018)-ACTIVE
POULSBO GENERAL BUSINESS(EXPIRES 12/31/2018)-ACTIVE
FIFE GENERAL BUSINESS-NON-RESIDENT(EXPIRES 12/31/2018)-ACTIVE
l
LACEY GENERAL BUSINESS#8076(EXPIRES 12/31/2018)-ACTIVE
PUYALLUP GENERAL BUSINESS-NON-RESIDENT#2006506(EXPIRES 12/31/2018)-ACTIVE
LAKEWOOD GENERAL BUSINESS-NON-RESIDENT#BL05-00060(EXPIRES 3/31/2019)-ACTIVE
I DUTIES OF MINORS:
LIGHT OFFICE WORK-FILING,ORGANIZING
LIGHT OFFICE WORK-SWEEPING,FILING,ORGANIZING
I
LICENSING RESTRICTIONS:
Ilii I,.i,,,,,. f ..I. „ , .,1, „. „I„ .,, „1. .,,i,l'..,..... f l,....i .1 i.. •1„ f,,,,i., ��•
Xf"41-- ' 'dv 1-1 uy h. It, I p,lu.I,tr i1,hv,rtnu IaI. ,,,t rH L,l,nn. I•,'Ir,Il p.,,tmrnl•, M,.nur
UBI:273001533 001 0001 Expires:Nov 30,2018
ACTIVE CONSTRUCTION,INC UNEMPLOYMENT INSURANCE-
5110 RIVER ROE ACTIVE
I TACOMA,WA 98443-2638 INDUSTRIAL INSURANCE-ACTIVE
MINOR WORK PERMIT(EXPIRES
12/31/2018)-ACTIVE
TAX REGISTRATION#273-001-533-
ACTIVE
SAMMAMISH GENERAL BUSINESS
I (EXPIRES 12/31/2018)-ACTIVE
GIG HARBOR GENERAL BUSINESS
#14(EXPIRES 12/31/2018)-ACTIVE
TUMWATER GENERAL BUSINESS
#R-003088(EXPIRES 12/31/2018)-
ACTIVE
I
SUMNER GENERAL BUSINESS 7
(EXPIRES 12/31/2018)-ACTIVE
PORT ORCHARD GENERAL
I
' ATTACHMENT L: PUBLIC WORKS CONTRACT
FOR
MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
' HIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this9YA day of
0i �� , 2018 and is made by and between the City of Federal Way, a Washington
' municipal corporation ("City or Owner"), and Active Construction, Inc., a Washington Corporation
("Contractor").
' A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the Military Rd S / S 298th St Compact
Roundabout, located in Federal Way, Washington ("Property"); and
' B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties")agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials,
' supplies, equipment, labor and other items incidental thereto necessary for the construction and
completion of the work, more particularly described as the Military Rd S / S 298th St Compact
Roundabout project, including without limitation: construction of sidewalk, retaining wall, street
illumination, and compact roundabout improvements at the intersection of Military Rd S and S
' 298th Street ("Work"), in accordance with and as described in the Contract Documents, which
include without limitation, the City's Request for Bid; Bidder's Checklist; Instructions to Bidders;
General Contractual Terms and Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid
' Bond Form; Subcontractor List; Non-collusion Declaration and Notice to All Bidders; UDBE
Utilization Certification; UDBE Written Confirmation Document; Contractor Wage Law Compliance
Certification; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of
Completion (Exhibit A); Contract Change Order Agreement(Exhibit B); Notice of Nondiscrimination
in Employment (Exhibit C); Certificate of Insurance (Exhibit D); Performance / Payment Bond
(Exhibit E); Title VI Assurances (Exhibit F); Project Plans; 2018 WSDOT Standard Specifications
for Road, Bridge, and Municipal Construction; Amendments to the Standard Specifications;
' Contract Special Provisions; Addenda and Change Orders; WSDOT Standard Plans (Appendix A);
City of Federal Way Standard Details (Appendix B); FHWA 1273 (Appendix C); Prevailing Wage
Rates (Appendix D); Geotechnical Information (Appendix E); and all other Appendices attached
hereto and incorporated by this reference, (collectively the "Contract Documents"), which Work
' shall be completed to the City's satisfaction, within the time period prescribed by the City and
pursuant to the direction of the Mayor or his or her designee.
' 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed within 60 working days. In
the event the Work is not substantially completed within the time specified, Contractor agrees to
' pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of
this Contract. The Work shall not be deemed completed until the City has accepted the Work and
delivered a written Notice of Completion of Public Works Contract in the form attached hereto as
Exhibit"A."
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.
' CITY OF FEDERAL WAY RFB-32 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
IAccordingly, the Contractor agrees to pay liquidated damages calculated on the following formula
for its failure to complete this Contract on time:
I (1) To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for completion, and
I (2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
ILIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
I Where: LD = Liquidated damages per working day(rounded to
the nearest dollar).
C = Original Contract amount.
IT = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine the
IWork 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 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
Ipermits 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
I 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
I
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
I 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.
I If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the written
notice required above, as the case may be, submit to the City a written statement setting forth the
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
I 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
I
than five(5)days before the Contractor gives written notice as required. No claim by the Contractor
I CITY OF FEDERAL WAY RFB-33 RFB#18-007
MILITARY
AUG 2018 RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
Ifor an equitable adjustment hereunder will be allowed if asserted after final payment under this
Contract.
I 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City,
omit work, services and materials to be furnished under the Contract and the value of the omitted
work and materials will be deducted from the Total Compensation and the delivery schedule will be
I 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
I order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
I Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of
the "one call" locator system before commencing any excavation activities.
I 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
debris, etc., to protect said materials from air exposure and to minimize emission of airborne
particles to the ambient air environment within the City of Federal Way.
I
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
Icompletion of the Work.
3. WARRANTY
I 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
I site and is familiar with all of the plans and specifications in connection with the completion of the
Work.
I 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work
which the City deems to have defects in workmanship and material discovered prior to acceptance
of the Work.
I 4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work, the City
agrees to pay the Contractor an amount not to exceed Seven Hundred Forty-Two Thousand,
I Seven Hundred Forty-Two and 00/100 Dollars ($ 742,742.00), which amount shall constitute full
and complete payment by the City("Total Compensation").
I 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.
I 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
Ito the City.
I CITY OF FEDERAL WAY RFB-34 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
4.4 Method of Payment. The basis of payment will be the actual quantities of work
performed according to the contract and as specified for payment. Payments will be made for work
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
' 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
II shall be subject to controlling laws.
5. EQUAL OPPORTUNITY EMPLOYER
I In all Contractor services, programs or activities, and all Contractor hiring and employment
made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
I I 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
I 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
Ithe clauses contained in Exhibit F.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
I 6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax
I 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
I or will be performing professional services during the Term for other parties; provided, however,
that such performance of other services shall not conflict with or interfere with Contractor's ability to
perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City.
I6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the
contractor agrees to notify the City and complete any required form if the Contractor retired under a
State of Washington retirement system and agrees to indemnify any losses the City may sustain
Ithrough the Contractor's failure to do so.
I
I CITY OF FEDERAL WAY
AUG 2018 RFB-35 RFB#18-007
MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
7. CITY'S RIGHT TO TERMINATE CONTRACT
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
' terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
'termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at
the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any portion of the Work which has been
' completed to the City's satisfaction, calculated by the percentage amount that portion of the Work
completed and accepted by the City bears to the Total Compensation.
' 7.2 Termination For Cause. The City may immediately terminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
' (1) If the Contractor should be adjudged a bankrupt.
(2) If the Contractor should make a general assignment for the benefit of its
' creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
' (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient
number of properly skilled workmen or proper materials for completion of the Work.
' (5) If the Contractor should fail to complete the Work within the time specified in this
Contract.
' (6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
(7) If the Contractor should fail to make prompt payment to subcontractors or for
' material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
' federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
' (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
' 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City,
the City may do any or all of the following:
(1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this contract.
(2) Complete Work. The City may, but in no event is the City obligated to, complete
the Work, which Work may be completed by the City's agents, employees or
' CITY OF FEDERAL WAY RFB-36 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
Irepresentatives or the City may retain independent persons or entities to complete
the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
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
1 which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
I deemed an election by the City but shall be cumulative and in addition to all other
remedies available to the City at law, in equity or by statute.
8. INDEMNIFICATION
I 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
I and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
I 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
Iacts, 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
I officers, directors, shareholders, partners, employees, and agents harmless from any and all
claims, demands, losses, actions and liabilities (including costs and attorney fees)to or by any and
all persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
Icaused 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
IContract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
I 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance,
in such forms and with such carriers who have a rating which is satisfactory to the City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
Ipursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability not
I
less than $5,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less than
I $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:
I CITY OF FEDERAL WAY RFB-37 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
' (1) The City, its officers, officials, employees, volunteers and agents shall each be
i ' named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty(30)days
prior written notice by certified mail, return receipt requested, to the City.
I (3) Coverage shall be primary and non-contributory insurance as respects the City,
its officials, employees and volunteers. Any insurance or self-insurance maintained
I 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
Isuit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims
Imade"or"claims paid"form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing
I 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.
I9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under
its policies or shall furnish separate certificates for each subcontractor. All coverage for
Isubcontractors 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,
I 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.
I9.6 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
I satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
I 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this
Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the
City may then award this Contract to the next lower bidder.
I10. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of
the City, in the form attached to this Contract as Exhibit"E" and incorporated by this reference, in a
I 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
I
I CITY OF FEDERAL WAY RFB-38 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
Ipersons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the
bond.
I
11. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply with all applicable provisions of federal, state and municipal safety and health
I laws and codes, including without limitation, all OSHANVISHA 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).
I Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals
and other safeguards at all unsafe places at or near the Work for the protection of its employees
and the public, safe passageways at all road crossings, crosswalks, street intersections, post
danger signs warning against any known or unusual hazards and do all other things necessary to
I
prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas,
steam or other pipes or conduits, and all hydrants and all other property that is likely to become
displaced or damaged by the execution of the Work. The Contractor shall, at its own expense,
I secure and maintain a safe storage place for its materials and equipment and is solely responsible
for the same.
12. PREVAILING WAGES
I
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
111 benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's"Decision Number" shown in Appendix B.
I The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay
minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and
fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be
I paid.
When the project is subject to both State and Federal hourly minimum rates for wages and
i ' fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
less than the higher rate unless the state rates are specifically preempted by Federal law.
I The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-
127-010 WAC, complies with all the requirements of Chapter 39.12 RCW.
I 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12
RCW, and as required in this Contract do not apply to:
I (1)Sole owners and their spouses;
(2)Any partner who owns at least 30%of a partnership;
I (3) The President, Vice President and Treasurer of a corporation if each one owns at least
30% of the corporation.
I
I CITY OF FEDERAL WAY RFB-39 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
1
' 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I,
the Contractor shall submit to the Engineer the following for itself and for each firm covered under
' Chapter 39.12 RCW that provided work and materials of the contract:
(1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form
number F700-029-000. The City will make no payment under this contract for the work
' performed until this statement has been approved by State L&I and a certified copy of the
approved form has been submitted to the City.
' (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number
F700-007-000. The City will not release to the contractor any funds retained under Chapter
60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been
approved by State L&I and a certified copy of all the approved forms have been submitted
to the City.
The Contractor shall be responsible for requesting these forms from the State L&I and for
' paying any approval fees required by State L&I.
Certified payrolls are required to be submitted by the Contractor to the City, for the
' Contractor and all subcontractors or lower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,
' the matter shall be referred for arbitration to the Director of the Department of Labor and Industries
of the State of Washington and the decision therein shall be final and conclusive and binding on all
parties involved in the dispute.
' 13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for
any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or
the City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or premiums.
' 14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents
or material which may be produced or modified by Contractor while performing the Work shall
become the property of the City and shall be delivered to the City at its request.
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
' CITY OF FEDERAL WAY RFB-40 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
Ireasonable times to inspection, review or audit by the City, its authorized representative, the State
Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any
I kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,
the City may, but in no event is it obligated to, perform the necessary clean up and the costs
thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs
Ifrom 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
I
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
I 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.
I 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
I 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
I
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
Iverify 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
I 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
I Washington Employment Security Department number, as required in Title 50 RCW, if applicable;
A Washington Department of Revenue state excise tax registration number, as required in Title 82
RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if
applicable; An elevator contractor license, if required by Chapter 70.87 RCW.
I19. GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties
Ilwith respect to any matter covered or mentioned in this Contract and no prior agreements or
understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be amended
I or added to except by agreement in writing signed by the Parties or their respective successors in
interest.
I
I CITY OF FEDERAL WAY RFB-41 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
1
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other
' provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all
of its obligations and rights hereunder without the prior written consent of the City. In the event the
' City consents to any such assignment or transfer, such consent shall in no way release the
Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
' any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
' 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
' 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below or by email
to Christine Mullen, P.E. at Christine.Mullen@CityofFederalWay.com for the City, and to David
Ceccanti at davidc@activeconstruction.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. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
' 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54,
as amended, occurs as a result of the formation and/or performance of this Contract, this Contract
may be rendered null and void, at the City's option.
CITY OF FEDERAL WAY RFB-42 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
1
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.
1
'
{SIGNATURE PAGE TO FOLLOW}
1
i
1
1
1
1
1
1
1
1
1
1
CITY OF FEDERAL WAY RFB-43 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
1
I
ICITY OF - i'ERAL WAY:
4
I By: . i
Jim Ferrell, Mayor
33325 8th Avenue South
IFederal Way, WA 98003-6325
ATTEST:
A
I t-:h. - ourtney, C C, City Clerk
1 A—ROVED ROVED AS TO FORM:
F RM:
��� ire
I4o/J. Ryan Call, City Attorney
IACTIVE CONSTRUCTION, INC.:
By: 1 �-- .
(Signature)
I „"err/lllq/1l//�`w.
David Ceccanti ��001 , N0.10/:'6,,
,,
5110 River Rd E i. 0'
Tacoma, WA 98443 ,,i„,/
�1'=
I
(253) 248-1091 ta;•' ,•,,
STATE OF WASHINGTON ) -.�t--.:.. E7 •r• �k
) ss. . tiO� .•• 1) ,.
COUNTY OF 1tecCe ) afi�O,�• n���`o
I On this day personally appeared before me David Ceccanti, to me known to be the Presideni A
Active Construction, Inc. that executed the foregoing instrument, and acknowledged the said
instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes
therein mentioned, and on oath stated that he/she was authorized to execute said instrument and
I
that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this 2.544" day of So yvi6e.,r , 2018.
r�O..:;r..Sq.Attu /Xrtianda G. sar,n s6►�+
"/ �. (typed/printed nam of notary)
1 ��� Notary Public in and for the State of Washington.
i as. PUBLIC My commission expires 10-30-r I A
I ,0I 91'• in eir
1� 04,
It .;WA,..•
omwoowI
I CITY OF FEDERAL WAY RFB-44 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
IEXHIBIT A NOTICE OF COMPLETION
I ,r------\
OriOmal
Revised a
I Date: NOTICE OF C OAIPLETION OF PUBLIC WORKS CONTRAC T
contractor's UBI Number:
FName St.Mailin.:Addie s•c of Public_kzenc Den
Assipect to a rrmen t Use Only
r
IDate Assiped:
11.-BI Number:
Notice is hereby given gelatiim to the completion of contract or project described helots
Project Name
I
I Contract Number .1...1i Ord....(Outing
Yes No
Des crintion of Work Doncludnde JoIrsite Addreistes)
I
Federally funded trAX17portarzon pi°lea' Yes N. (if yes,provide C ontract Bond Statement belostO
Contr octor-7...rune FE-moil Address 'Affidavit ID'
IC on tr octor Addre 7 I fetepkose
Tf Retainage is not withheld.please select ere tildie(01..”-ing lad a-A i-urery's.7a anae&Boncrs timber.
I
Fe:etainaze Eiond
__. Contract Payment bond(valid for fede-ally fusuded tramsparnam protiem-..,
Baud Number:
Thr,C.111n trmet Awfarelpri iDitir Warik( ired Date Woik Completed I Date Work Accented
I Were.-uhcontracters wed on this project".If so,please complete Addendum A.
..kffidava ID.-:":c I.-t-I:ei.ese wdl be mused mid.all affederits ate listed es lo
Contract Arnoluu S
Additions .: — S Liquidated Damages S.
I Reductions I -..
S
S am Amount Disbursed S
Sub-Total
Amount Retained S.
Sales Tax Rate
I (If canons rites apply.pleale And s'Indianan I
Sales Tax Amount S
TOTAL S 0 DO TOTAL S . .._
NOTE:These two totals mast be equal
Comment::
I
I Note:The Thsbarsamg Mc e:tru.,.1 ubrxi-rius rzaapiellFel 1.37.0,3:.:122a>d,._ ra:e1,;theft AC:etr.ank:e of the work ione'Elder du,.c CCL7.3C i
NO PAYMENT SHALL BE MADE RON:RETA:NED.Fr:::'--D,....ion l re:eapr:A all release certaficres
Submitting Fora:Please sub=Ile:Ptaapianed tints by anal ro ad three agencies;aelow.
I Contact Name:
F road Address- Title:
Phone Number-.
Department of Revenue CIO
nowamtpon umr o.,........,/at Air Ernitoymen Smartly
miur Deparmneat
Pooac worm section 1.4kt:t&Industries
I (rit?tasG1 mt-seal
avtotsaorttaw. MS1545-8163,vim 1 4
CiereactReleaseettelVAGOV .1".." 3 le a:.11-14luirlr:atici,
jne
•MC 9.r.--_-,15r.
p..1C417.AOTIMIkerve...a gc..
REV 31 0020e(102615) F215-0341-000 10-2 4
_ Reset This Form Print This Form
1
I CITY OF FEDERAL WAY
AUG 2018 RFB-45 RFB #18-007
MILITARY RD S/ S 298TH ST COMPACT ROUNDABOUT
R F B ver 5-18
I
1
IEXHIBIT B CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
IPROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
IThe 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
Iof 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
I
PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$
IUNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
IITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
ITOTAL NET CONTRACT: INCREASE$ DECREASE$
STATEMENT:
I 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.
IDEPARTMENT RECAP TO DATE:
I ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
1 NEW CONTRACT AMOUNT $
I
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR'S SIGNATURE DATE
I
I
I CITY OF FEDERAL WAY RFB-46 RFB#18-007
AUG 2018 MILITARY RD S I S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
' ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
I
' PUBLIC WORKS DIRECTOR'S SIGNATURE DATE
1
CITY OF FEDERAL WAY RFB-47 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
EXHIBIT C NOTICE OF NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO:
(Name of Union or Organization)
' The undersigned currently holds contract(s) with the City of Federal Way involving funds or credit
of the City of Federal Way, Washington, or(a) subcontract(s)with a prime contractor holding such
contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in employment
includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
' SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s)and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to: Christine J. Mullen, P.E.
City of Federal Way
1 33325 8th Avenue South
Federal Way,WA 98003
' ACTIVE CONSTRUCTION, INC.
5110 River Road E
' Tacoma, WA 98443
�+r
' (Contractor or subcontractor signature)
Selo-iew►top,, 2S� 2018
' Date
, 1tq fit ,*re MA,� '.
CITY OF FEDERAL WAY I #i[
RFB-48 R $-007 N. 4. ;1
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUN 110 '«' ►
RFB ver. 5-18 f'
I
IEXHIBIT D CERTIFICATE OF INSURANCE
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I CITY OF FEDERAL WAY RFB-49 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver. 5-18
I
ACORDrM Client#: 142662 ACTICONS3
DATE(MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE 9/21/2018
1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Anna Reid
NAME:
Propel Insurance PHONE 800 499-0933 FAX 866 577-1326
I
(A/C,No,Ext): (A/C,No):
Tacoma Commercial Insurance E-MAIL anna.reid ro elinsurance.com
1201 Pacific Ave,Suite 1000 ADDRESS: @P P
Tacoma,WA 98402 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:National Fire Ins Co of Hartford 20478
I INSURED INSURER B:Continental Casualty Company 20443
Active Construction Inc Ironshore Specialty Insurance 25445
PO Box 430 INSURER C:
INSURER D:
Puyallup,WA 98371-0162
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
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDLSUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS
A X COMMERCIAL GENERAL LIABILITY 5093447379 06/15/2018 06/15/2019 EACH OCCURRENCE $1,000,000
DAMAGE TO RENTED
PREMISES(Ea occurrence) $500,000
X PD Ded:5,000 MED EXP(Any one person) $15,000 —_
' PERSONAL&ADV INJURY _$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY I X PRO-
JECT LOC PRODUCTS-COMP/OP AGG $2,000,000
OTHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
IA 5093447351 06/15/2018 06/15/2019 (Ea accident) $1,000,000
X ANY AUTO BODILY INJURY(Per person) $
OWNED
AUTOS ONLY SCHEDULED BODILY INJURY(Per accident) $
AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
X AUTOS ONLY X AUTOS ONLY (Per accident) - $
—
B UMBRELLA LIAB X OCCUR 509344736506/15/2018 06/15/2019 EACH OCCURRENCE $9,000,000
x EXCESS LIAB CLAIMS-MADE AGGREGATE $9,000,000
DED X RETENTION$10000 $
WORKERS COMPENSATION 5093447379 06/15/2018 06/15/2019 STATUTE ERH
AND EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WA Stop Gap ONLY E.L.EACH ACCIDENT OT
$1,000,000
OFFICER/MEMBER EXCLUDED? . N/A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
1 ' If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
C Contractors 001392106 06/15/2018 06/15/2019 $2,000,000 Ea.Occ.
Pollution Liab. $2,000,000 Aggregate
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
Re: ACI Job#18-023-Military Road South&South 298th Street Compact Roundabout
City of Federal Way is included as Additional Insured as required by written contract,as set forth in the
attached form(s)and/or endorsement(s).
I
CERTIFICATE HOLDER CANCELLATION
ANYELLED
City of Federal Way THE SHOULD EXPIRATIONH D DATE E VTHEREOF,E E NOTTICEIES WILL BE CBE CDELIVER DO IN
1 City Council Chambers ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Avenue So.
Federal Way,WA 98003 AUTHORIZED REPRESENTATIVEi I UT
©1988-2015 ACORD CORPORATtON.All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S3359064/M3312312 AMR00
1
CNA111111111111111111111111111111111111111111M
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products-Completed
Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or
omissions, or the acts or omissions of those acting on your behalf:
A. in the performance of your ongoing operations subject to such written contract; or
B. in the performance of your work subject to such written contract, but only with respect to bodily injury or
property damage included in the products-completed operations hazard, and only if:
1. the written contract requires you to provide the additional insured such coverage; and
2. this coverage part provides such coverage.
II. But if the written contract requires:
A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the
10-01 edition of CG2037; or
B. additional insured coverage with "arising out of"language; or I
C. additional insured coverage to the greatest extent permissible by law;
then paragraph I.above is deleted in its entirety and replaced by the following:
WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required
by written contract to add as an additional insured on this coverage part, but only with respect to liability for
bodily injury, property damage or personal and advertising injury arising out of your work that is subject to
such written contract.
III. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including: '
1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys,field orders, change orders or drawings and specifications; and
2. supervisory, inspection, architectural or engineering activities; or
1
B. any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this coverage part.
V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is
amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in
this coverage part:
CNA75079XX (10-16) Policy No: @@@@@@@@@@
Page 1 of 2 Endorsement No: @@@@@
@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Effective Date: @@@@@@@@@@
Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
' IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
CNA
' Blanket Additional Insured - Owners, Lessees or
Contractors - with Products-Completed
Operations Coverage Endorsement
Primary and Noncontributory Insurance
1 With respect to other insurance available to the additional insured under which the additional insured is a named
insured,this insurance is primary to and will not seek contribution from such other insurance, provided that a
written contract requires the insurance provided by this policy to be:
' 1. primary and non-contributing with other insurance available to the additional insured; or
2. primary and to not seek contribution from any other insurance available to the additional insured.
But except as specified above, this insurance will be excess of all other insurance available to the additional
insured.
VI. Solely with respect to the insurance granted by this endorsement,the section entitled COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence,Offense, Claim or Suit is amended with the
addition of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the
investigation, defense, or settlement of the claim; and
3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer
or self-insurer,whose policy or program applies to a loss that the Insurer covers under this coverage part.
' However, if the written contract requires this insurance to be primary and non-contributory,this paragraph
3.does not apply to insurance on which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer
' receives written notice of a claim from the additional insured.
VII. Solely with respect to the insurance granted by this endorsement,the section entitled DEFINITIONS is amended
to add the following definition:
Written contract means a written contract or written agreement that requires you to make a person or
organization an additional insured on this coverage part, provided the contract or agreement:
A. is currently in effect or becomes effective during the term of this policy; and
B. was executed prior to:
1. the bodily injury or property damage; or
1 2. the offense that caused the personal and advertising injury;
for which the additional insured seeks coverage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and conditions of the Policy remain unchanged.
This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA75079XX(10-16) Policy No: @@@@@@@@@@
Page 2 of 2 Endorsement No: @@@@@
@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Effective Date: @@@@@@@@@@
Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
CNA
Contractors' General Liability Extension Endorsement 1
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows. If any other endorsement attached to this policy amends any provision also amended by this
endorsement, then that other endorsement controls with respect to such provision, and the changes made by this
endorsement with respect to such provision do not apply.
TABLE OF CONTENTS
1. Additional lnsureds
2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance
3. Bodily Injury—Expanded Definition
4. Broad Knowledge of Occurrence/Notice of Occurrence I
5. Broad Named Insured
6. Broadened Liability Coverage For Damage To Your Product And Your Work
7. Contractual Liability-Railroads
8. Electronic Data Liability
9. Estates, Legal Representatives and Spouses 1
10. Expected Or Intended Injury—Exception for Reasonable Force
11. General Aggregate Limits of Insurance—Per Project
111
12. In Rem Actions
13. Incidental Health Care Malpractice Coverage
14. Joint Ventures/Partnership/Limited Liability Companies
15. Legal Liability—Damage To Premises/Alienated Premises/Property In The Named Insured's
Care, Custody or Control
16. Liquor Liability
17. Medical Payments
18. Non-owned Aircraft Coverage ,
19. Non-owned Watercraft
20. Personal And Advertising Injury—Discrimination or Humiliation
21. Personal And Advertising Injury-Contractual Liability
22. Property Damage-Elevators
p g
23. Supplementary Payments
24. Unintentional Failure To Disclose Hazards
25. Waiver of Subrogation—Blanket
26. Wrap-Up Extension: OCIP CCIP,or Consolidated(Wrap-Up)Insurance Programs
I
CNA74705XX(1-15) Policy No:
Page 1 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
I
CNA
1 Contractors' General Liability Extension Endorsement
I 1. ADDITIONAL INSUREDS
a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in
paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this
I Coverage Part under a written contract or written agreement, provided such contract or agreement:
(1) is currently in effect or becomes effective during the term of this Coverage Part; and
(2) was executed prior to:
I (a) the bodily injury or property damage;or
(b) the offense that caused the personal and advertising injury,
I for which such additional insured seeks coverage.
b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the
Insurer will not provide such additional insured with:
I (1) a higher limit of insurance than required by such contract or agreement;or
(2) coverage broader than required by such contract or agreement, and in no event broader than that
described by the applicable paragraph A.through H. below.
IAny coverage granted by this endorsement shall apply only to the extent permissible by law.
A. Controlling Interest
I Any person or organization with a controlling interest in a Named Insured, but only with respect to such
person or organization's liability for bodily injury, property damage or personal and advertising injury
arising out of:
1. such person or organization's financial control of a Named Insured; or
2. premises such person or organization owns, maintains or controls while a Named Insured leases or
occupies such premises;
I provided that the coverage granted by this paragraph does not apply to structural alterations, new
construction or demolition operations performed by,on behalf of, or for such additional insured.
B. Co-owner of Insured Premises
IA co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with
respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury
as co-owner of such premises.
IC. Lessor of Equipment
Any person or organization from whom a Named Insured leases equipment, but only with respect to liability
I
for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the
Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving
rise to such bodily injury, property damage or the offense giving rise to such personal and advertising
injury takes place prior to the termination of such lease.
D. Lessor of Land
Any person or organization from whom a Named Insured leases land but only with respect to liability for
bodily injury, property damage or personal and advertising injury arising out of the ownership,
I maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property
damage or the offense giving rise to such personal and advertising injury takes place prior to the
termination of such lease. The coverage granted by this paragraph does not apply to structural alterations,
Inew construction or demolition operations performed by, on behalf of, or for such additional insured.
CNA74705XX(1-15) Policy No:
Page 2 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
CNA
Contractors' General Liability Extension Endorsement 1
E. Lessor of Premises
An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate
manager, but only with respect to liability for bodily injury, property damage or personal and advertising
injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named
Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the
offense giving rise to such personal and advertising injury, takes place prior to the termination of such
lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
F. Mortgagee,Assignee or Receiver
A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or
receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the
Named Insured's ownership, maintenance, or use of a premises by a Named Insured.
The coverage granted by this paragraph does not apply to structural'alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured. I
G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits
A state or governmental agency or subdivision or political subdivision that has issued a permit or
authorization but only with respect to such state or governmental agency or subdivision or political
subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of:
1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to
which this insurance applies:
a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,
canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,
sidewalk vaults, street banners, or decorations and similar exposures;or
b. the construction,erection,or removal of elevators;or
c. the ownership, maintenance or use of any elevators covered by this insurance; or
2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's
behalf.
The coverage granted by this paragraph does not apply to:
a. Bodily injury, property damage or personal and advertising injury arising out of operations
performed for the state or governmental agency or subdivision or political subdivision; or
b. Bodily injury or property damage included within the products-completed operations hazard.
With respect to this provision's requirement that additional insured status must be requested under a written
contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the
Named Insured to add the governmental entity as an additional insured.
H. Trade Show Event Lessor
1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or
displayer, any person or organization whom the Named Insured is required to include as an additional
insured, but only with respect to such person or organization's liability for bodily injury, property
damage or personal and advertising injury caused by:
a. the Named Insured's acts or omissions; or '
b. the acts or omissions of those acting on the Named Insured's behalf,
CNA74705XX(1-15) Policy No:
Page 3 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
I
CNA
IContractors' General Liability Extension Endorsement
I in the performance of the Named Insured's ongoing operations at the trade show event premises during
the trade show event.
2. The coverage granted by this paragraph does not apply to bodily injury or property damage included
within the products-completed operations hazard.
I2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE
The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended
I to add the following paragraph:
If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-
contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will
I not seek contribution from that other insurance. For the purpose of this Provision 2.,the additional insured's own
insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding
anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is
excess of any other insurance available to such person or organization.
I3. BODILY INJURY—EXPANDED DEFINITION
Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following:
I Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation,
shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of
the physical injury, sickness or disease.
I 4. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE
Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is
amended to add the following provisions:
I A. BROAD KNOWLEDGE OF OCCURRENCE
The Named Insured must give the Insurer or the Insurer's authorized representative notice of an
occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person
si
I Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee
designated by any of the above to give such notice.
B. NOTICE OF OCCURRENCE
I The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to
give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named
Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage
I Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the
Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense
or claim.
I 5. BROAD NAMED INSURED
WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has
I management control:
a. on the effective date of this Coverage Part;or
b. by reason of a Named Insured creating or acquiring the organization during the policy period,
Iqualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary,
contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would
have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is
Ibroader or narrower than that provided by this insurance.
CNA74705XX(1-15) Policy No:
Page 4 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
I
CNA
Contractors' General Liability Extension Endorsement r
But this BROAD NAMED INSURED provision does not apply to: '
(a) any partnership, limited liability company or joint venture;or
(b) any organization for which coverage is excluded by another endorsement attached to this Coverage
Part.
For the purpose of this provision, management control means:
A. owning interests representing more than 50% of the voting, appointment or designation power for the
selection of a majority of the Board of Directors of a corporation; or '
B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or
transfer or sell property held by a trust.
4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this
insurance does not apply to:
a. bodily injury or property damage that first occurred prior to the date of management control, or that
first occurs after management control ceases; nor
b. personal or advertising injury caused by an offense that first occurred prior to the date of
management control or that first occurs after management control ceases.
5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own
names or under such other trading names or doing-business-as names(dba)as any Named Insured should
choose to employ.
6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK
A. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusions k.and I.and replace them with the following:
This insurance does not apply to:
k. Damage to Your Product
Property damage to your product arising out of it, or any part of it except when caused by or resulting 1
from:
(1) fire;
(2) smoke;
(3) collapse; or
(4) explosion. '
I. Damage to Your Work
Property damage to your work arising out of it, or any part of it and included in the products-completed
operations hazard.
This exclusion does not apply:
(1) If the damaged work, or the work out of which the damage arises, was performed on the Named
Insured's behalf by a subcontractor;or
(2) If the cause of loss to the damaged work arises as a result of:
(a) fire; '
(b) smoke;
(c) collapse;or
CNA74705XX(1-15) Policy No:
Page 5 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
t
I
CNA
IContractors' General Liability Extension Endorsement
I (d) explosion.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages
I arising out of any one occurrence because of property damage to your product and your work that is
caused by fire, smoke, collapse or explosion and is included within the product-completed operations
hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work
out of which the damage arises,was performed on the Named Insured's behalf by a subcontractor.
IC. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not
apply if an endorsement of the same name is attached to this policy.
I 7. CONTRACTUAL LIABILITY—RAILROADS
With respect to operations performed within 50 feet of railroad property, the definition of insured contract is
replaced by the following:
I Insured Contract means:
a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that
indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or
I temporarily occupied by a Named Insured with permission of the owner is not an insured contract;
b. A sidetrack agreement;
Any easement or license agreement;
Ic.
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a
municipality;
I e. An elevator maintenance agreement;
f. That part of any other contract or agreement pertaining to the Named Insured's business (including an
indemnification of a municipality in connection with work performed for a municipality) under which the
I Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a
third person or organization.Tort liability means a liability that would be imposed by law in the absence of any
contract or agreement.
Paragraph f.does not include that part of any contract or agreement:
I (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of:
(a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports,
I surveys,field orders, change orders or drawings and specifications; or
(b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or
damage;
I (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage
arising out of the insured's rendering or failure to render professional services, including those listed in
(1)above and supervisory, inspection, architectural or engineering activities.
I 8. ELECTRONIC DATA LIABILITY
A. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following:
IThis insurance does not apply to:
p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability
I Damages arising out of:
CNA74705XX(1-15) Policy No:
Page 6 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
I
CNA
Contractors' General Liability Extension Endorsement 1
(1) any access to or disclosure of any person's or organization's confidential or personal information,
including patents, trade secrets, processing methods, customer lists, financial information, credit
card information, health information or any other type of nonpublic information; or
(2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate
electronic data that does not result from physical injury to tangible property.
However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of
bodily injury.
This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses,
forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named
Insured or others arising out of that which is described in Paragraph(1)or(2)above.
B. The following paragraph is added to LIMITS OF INSURANCE: t
Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out
of any one occurrence because of property damage that results from physical injury to tangible property
and arises out of electronic data.
C. The following definition is added to DEFINITIONS:
Electronic data means information,facts or programs stored as or on, created or used on, or transmitted to
or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS,
tapes, drives, cells, data processing devices or any other media which are used with electronically controlled
equipment.
D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision,the definition of
property damage in DEFINITIONS is replaced by the following:
Property damage means:
a. Physical injury to tangible property, including all resulting loss of use of that property.All such loss of use
shall be deemed to occur at the time of the physical injury that caused it;
b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to
occur at the time of the occurrence that caused it;or
c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate
electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall
111
be deemed to occur at the time of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangible property.
E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then
111
the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition
to,that higher limit.
9. ESTATES, LEGAL REPRESENTATIVES,AND SPOUSES I
The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under
this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses
only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such
claim seeks damages from marital community property, jointly held property or property transferred from such
natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir,
legal representative, or spouse outside the scope of such person's capacity or status as such, provided however
that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or
partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the
conduct of the Named Insured's business.
CNA74705XX(1-15) Policy No:
Page 7 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
1
CF/A
IContractors' General Liability Extension Endorsement
I 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the
following:
IThis insurance does not apply to:
Expected or Intended Injury
I
Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion
does not apply to bodily injury or property damage resulting from the use of reasonable force to protect
persons or property.
11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate
Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in
I the Declarations, is the most the Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage
included in the products-completed operations hazard; and
1
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that
construction project. Such payments shall not reduce the General Aggregate Limit shown in the
IDeclarations, nor the Construction Project General Aggregate Limit of any other construction project.
B. All:
II. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property
I damage included in the products-completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
I
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate
' Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can
be attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products-completed operations hazard is provided, any
I
payments for damages because of bodily injury or property damage included in the products-completed
operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the
Declarations, regardless of the number of projects involved.
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned
I and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,
specifications or timetables,the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to
Iapply as stipulated.
CNA74705XX(1-15) Policy No:
Page 8 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
I
CNA
Contractors' General Liability Extension Endorsement
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for
the Named Insured, will be treated in the same manner as though the action were in personam against the
Named Insured. I
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
A. Under COVERAGES, Coverage A—Bodily Injury and Property Damage Liability, the paragraph entitled I
Insuring Agreement is amended to replace Paragraphs 1.b.(1)and 1.b.(2)with the following:
b. This insurance applies to bodily injury provided that the professional health care services are incidental
to the Named Insured's primary business purpose,and only if:
(1) such bodily injury is caused by an occurrence that takes place in the coverage territory.
(2) the bodily injury first occurs during the policy period.All bodily injury arising from an occurrence
will be deemed to have occurred at the time of the first act, error, or omission that is part of the
occurrence;and
B. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to:
i. add the following to the Employers Liability exclusion:
This exclusion applies only if the bodily injury arising from a health care incident is covered by other
liability insurance available to the Insured (or which would have been available but for exhaustion of its
limits).
H. delete the exclusion entitled Contractual Liability and replace it with the following:
This insurance does not apply to:
Contractual Liability
the Insured's actual or alleged liability under any oral or written contract or agreement, including but not 111
limited to express warranties or guarantees.
iii. add the following additional exclusions:
This insurance does not apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based
on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or
sexual orientation.
Dishonesty or Crime I
Any actual or alleged dishonest, criminal or malicious act, error or omission.
Medicare/Medicaid Fraud
any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal,
state or local governmental program.
Services Excluded by Endorsement ,
Any health care incident for which coverage is excluded by endorsement.
C. DEFINITIONS is amended to:
CNA74705XX(1-15) Policy No:
Page 9 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Qffice,Inc.,with its permission.
CNA
Contractors' General Liability Extension Endorsement
' i. add the following definitions:
Health care incident means an act, error or omission by the Named Insured's employees or
volunteer workers in the rendering of:
' a. professional health care services on behalf of the Named Insured or
b. Good Samaritan services rendered in an emergency and for which no payment is demanded or
received.
' Professional health care services means any health care services or the related furnishing of food,
beverages, medical supplies or appliances by the following providers in their capacity as such but solely
to the extent they are duly licensed as required:
' a. Physician;
b. Nurse;
c. Nurse practitioner;
d. Emergency medical technician;
e. Paramedic;
f. Dentist;
g. Physical therapist;
Ih. Psychologist;
i. Speech therapist;
ii. Other allied health professional;or
Professional health care services does not include any services rendered in connection with human
clinical trials or product testing.
ii. delete the definition of occurrence and replace it with the following:
Occurrence means a health care incident. All acts, errors or omissions that are logically connected by
any common fact, circumstance, situation, transaction, event, advice or decision will be considered to
constitute a single occurrence;
iii. amend the definition of Insured to:
a. add the following:
• the Named Insured's employees are Insureds with respect to:
(1) bodily injury to a co-employee while in the course of the co-employee's employment by
' the Named Insured or while performing duties related to the conduct of the Named
Insured's business; and
(2) bodily injury to a volunteer worker while performing duties related to the conduct of the
Named Insured's business;
when such bodily injury arises out of a health care incident.
• the Named Insured's volunteer workers are Insureds with respect to:
(1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the
Named Insured's business; and
CNA74705XX(1-15) Policy No:
Page 10 of 17 Endorsement No:
Effective Date:
I Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
CIA
Contractors' General Liability Extension Endorsement 1
(2) bodily injury to an employee while in the course of the employee's employment by the
Named Insured or while performing duties related to the conduct of the Named Insured's
business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs(a), (b), (c)and (d)of Paragraph 2.a.(1)of WHO IS AN INSURED.
D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the
following:
Other Insurance
b. Excess Insurance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk
transfer instrument,whether primary, excess, contingent or on any other basis, except for insurance
purchased specifically by the Named Insured to be excess of this coverage.
14. JOINT VENTURES/PARTNERSHIP/LIMITED LIABILITY COMPANIES111
WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following:
No person or organization is an Insured with respect to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the
Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture,
partnership or limited liability company terminated prior to or during the policy period, such Named Insured is
an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the
extent that:
a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the 111personal and advertising injury arising out of such offense first occurred after such termination date;
b. the bodily injury or property damage first occurred after such termination date;and
c. there is no other valid and collectible insurance purchased specifically to insure the partnership,joint venture
or limited liability company; and
If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up)
insurance program, then such insurance will always be considered valid and collectible for the purpose of
paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal
and advertising injury that would otherwise be covered under the Contractors General Liability Extension
Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP)
INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance
program.
15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED
INSURED'S CARE, CUSTODY OR CONTROL
A. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the
following:
This insurance does not apply to:
j. Damage to Property
Property damage to:
(1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by
you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or
CNA74705XX(1-15) Policy No:
Page 11 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
111
CNA
IContractors' General Liability Extension Endorsement
maintenance of such property for any reason, including prevention of injury to a person or damage to
I
another's property;
(2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of
any part of those premises;
1 (3) Property loaned to the Named Insured;
(4) Personal property in the care, custody or control of the Insured;
I (5) That particular part of real property on which the Named Insured or any contractors or
subcontractors working directly or indirectly on the Named Insured's behalf are performing
operations, if the property damage arises out of those operations; or
I (6) That particular part of any property that must be restored, repaired or replaced because your work
was incorrectly performed on it.
Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by
I fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the
permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7
or fewer consecutive days.A separate limit of insurance applies to Damage To Premises Rented To You
I as described in LIMITS OF INSURANCE.
Paragraph (2)of this exclusion does not apply if the premises are your work.
Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack
I
agreement.
Paragraph (6) of this exclusion does not apply to property damage included in the products-
completed operations hazard.
IParagraphs(3)and(4)of this exclusion do not apply to property damage to:
i. tools, or equipment the Named Insured borrows from others, nor
I ii. other personal property of others in the Named Insured's care, custody or control while being used
in the Named Insured's operations away from any Named Insured's premises.
However,the coverage granted by this exception to Paragraphs(3) and(4) does not apply to:
Ia. property at a job site awaiting or during such property's installation,fabrication, or erection;
b. property that is mobile equipment leased by an Insured;
c. property that is an auto,aircraft or watercraft;
d. property in transit; or
e. any portion of property damage for which the Insured has available other valid and collectible
I insurance, or would have such insurance but for exhaustion of its limits, or but for application of one
of its exclusions.
A separate limit of insurance and deductible apply to such property of others. See LIMITS OF
I INSURANCE as amended below.
B. Under COVERAGES, Coverage A— Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete its last paragraph and replace it with the following:
I Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or
temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of
premises rented to a Named Insured for a period of 7 or fewer consecutive days.
IA separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE.
CNA74705XX(1-15) Policy No:
Page 12 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
CNA
Contractors' General Liability Extension Endorsement ,
C. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of
any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to
other personal property of others in the Named Insured's care, custody or control, while being used in the
Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay
such property damage does not apply until the amount of such property damage exceeds $1,000. The
Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the
Insurer exercises that right,the Named Insured will promptly reimburse the Insurer for any such amount.
D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and
replaced by the following:
6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You
Limit is the most the Insurer will pay under Coverage A for damages because of property damage to
any one premises while rented to the Named Insured or temporarily occupied by the Named Insured
with the permission of the owner, including contents of such premises rented to the Named Insured for
a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater111
of:
a. $500,000; or
b. The Damage To Premises Rented To You Limit shown in the Declarations.
E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following:
(ii) That is property insurance for premises rented to the Named Insured,for premises temporarily occupied ,
by the Named Insured with the permission of the owner;or for personal property of others in the Named
Insured's care, custody or control;
16. LIQUOR LIABILITY I
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Liquor Liability.
This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an
additional insured on this Coverage Part.
17. MEDICAL PAYMENTS
A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit)and replace it with
the following:
7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the
Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily
injury sustained by any one person.The Medical Expense Limit is the greater of:
(1) $15,000 unless a different amount is shown here: @@@@@@@@@@@@@@; or
(2) the amount shown in the Declarations for Medical Expense Limit.
B. Under COVERAGES, the Insuring Agreement of Coverage C—Medical Payments is amended to replace
Paragraph 1.a.(3)(b)with the following:
(b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and
This Paragraph B.does not apply to medical expenses incurred in the state of Missouri.
18. NON-OWNED AIRCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended as follows:
CNA74705XX(1-15) Policy No:
Page 13 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
1
CNA
IContractors' General Liability Extension Endorsement
I The exclusion entitled Aircraft,Auto or Watercraft is amended to add the following:
This exclusion does not apply to an aircraft not owned by any Named Insured, provided that:
1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the
I United States of America or Canada, designating that person as a commercial or airline transport pilot;
2. the aircraft is rented with a trained, paid crew to the Named Insured; and
3. the aircraft is not being used to carry persons or property for a charge.
I19. NON-OWNED WATERCRAFT
Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled
I Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and
replace it with the following.
This exclusion does not apply to:
1
(2) a watercraft that is not owned by any Named Insured, provided the watercraft is:
(a) less than 75 feet long;and
I (b) not being used to carry persons or property for a charge.
20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION
A. Under DEFINITIONS,the definition of personal and advertising injury is amended to add the following tort:
I • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person.
B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to:
I
1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following:
This insurance does not apply to: .
IKnowing Violation of Rights of Another
Personal and advertising injury caused by or at the direction of the Insured with the knowledge that
the act would violate the rights of another and would inflict personal and advertising injury. This
I exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation
of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the
direction of:
I (a) the Named Insured; or
(b) any executive officer, director, stockholder, partner, member or manager(if the Named Insured is
a limited liability company)of the Named Insured.
1 2. add the following exclusions:
This insurance does not apply to:
I Employment Related Discrimination
Discrimination or humiliation directly or indirectly related to the employment, prospective employment,
past employment or termination of employment of any person by any Insured.
IPremises Related Discrimination
discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale,
rental, lease or sub-lease of any room, dwelling or premises by or at the direction of any Insured.
I CNA74705XX1-15 No:
( ) Policy
Page 14 of 17 Endorsement No:
I Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
CNA
Contractors' General Liability Extension Endorsement ,
Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity
because of discrimination.
The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR
HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely
from
• Provision 1.ADDITIONAL INSURED of this endorsement; or
• attachment of an additional insured endorsement to this Coverage Part.
This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not
apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part.
21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY ,
A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Contractual Liability.
B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY -
CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled
SUPPLEMENTARY PAYMENTS—COVERAGES A AND B:
1. Paragraph 2.d. is replaced by the following: '
d. The allegations in the suit and the information the Insurer knows about the offense alleged in such
suit are such that no conflict appears to exist between the interests of the Insured and the interests
of the indemnitee;
2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following:
So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that
indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses
incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will
not be deemed to be damages for personal and advertising injury and will not reduce the limits of
insurance.
C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if
Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to
this Coverage Part. ,
This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any
person or organization who otherwise qualifies as an additional insured on this Coverage Part.
22. PROPERTY DAMAGE—ELEVATORS 1
A. Under COVERAGES, Coverage A—Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and
(6) of the Damage to Property Exclusion do not apply to property damage that results from the use of
elevators.
B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE—ELEVATORS Provision,the
Other Insurance conditions is amended to add the following paragraph:
This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any
other basis that is Property insurance covering property of others damaged from the use of elevators.
23. SUPPLEMENTARY PAYMENTS
The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows:
CNA74705XX(1-15) Policy No:
Page 15 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
I
CNA
IContractors' General Liability Extension Endorsement
A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a
$5,000. limit;and
B. Paragraph 1.d. is amended to delete the limit of$250 shown for daily loss of earnings and replace it with a
I $1,000. limit.
24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named
I Insured's Coverage Part,the Insurer will not deny coverage under this Coverage Part because of such failure.
25. WAIVER OF SUBROGATION-BLANKET
Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended
Ito add the following:
The Insurer waives any right of recovery the Insurer may have against any person or organization because of
payments the Insurer makes for injury or damage arising out of:
1. the Named Insured's ongoing operations; or
2. your work included in the products-completed operations hazard.
' However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of
recovery in a written contract or written agreement,and only if such contract or agreement:
1. is in effect or becomes effective during the term of this Coverage Part;and
I 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise
to the claim.
26. WRAP-UP EXTENSION: OCIP, CCIP,OR CONSOLIDATED(WRAP-UP)INSURANCE PROGRAMS
INote: The following provision does not apply to any public construction project in the state of Oklahoma, nor to
any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-
up) insurance program by applicable state statute or regulation.
, If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another
exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor
Controlled Insurance Programs (C.C.I.P.)is attached,then the following changes apply:
A. The following wording is added to the above-referenced endorsement:
With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or
I was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to
pay as damages because of:
1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named
I
Insured's ongoing operations at the project, or during such operations of anyone acting on the Named
Insured's behalf; nor
2. Bodily injury or property damage included within the products-completed operations hazard that
arises out of those portions of the project that are not residential structures.
IB. Condition 4. Other Insurance is amend to add the following subparagraph 4.b.(1)(c):
This insurance is excess over:
(c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance
I available to the Named Insured as a result of the Named Insured being a participant in a consolidated
(wrap-up) insurance program, but only as respects the Named Insured's involvement in that
consolidated(wrap-up) insurance program.
I CNA74705XX1-15 PolicyNo:
( )
Page 16 of 17 Endorsement No:
I
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
CNA
Contractors' General Liability Extension Endorsement ,
C. DEFINITIONS is amended to add the following definitions:
Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which
the prime contractor/project manager or owner of the construction project has secured general liability
insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner
Controlled Insurance Program (O.C.I.P.)or Contractor Controlled Insurance Program (C.C.I.P.).
Residential structure means any structure where 30% or more of the square foot area is used or is
intended to be used for human residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit
developments; and
2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot
tubs, detached garages, guest houses or any similar structures).
However, when there is no individual ownership of units, residential structure does not include military
housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential
structure also does not include hospitals or prisons.
This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS
Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this
Coverage Part.
All other terms and conditions of the Policy remain unchanged. I
This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
1
•
1
1
CNA74705XX(1-15) Policy No:
Page 17 of 17 Endorsement No:
Effective Date:
Insured Name:
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission.
1
I .
I
POLICY NUMBER: COMMERCIAL AUTO
CA 20 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
I DESIGNATED INSURED FOR
1 COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
IAUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
IMOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
11.
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form.This endorsement does not alter coverage provided
in the Coverage Form.
1 This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
1 Named Insured:
Endorsement Effective Date:
1 SCHEDULE
Name Of Person(s) Or Organization(s):
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
Each person or organization shown in the Schedule is Autos Liability Coverage in the Business Auto and
"insured"for Covered Autos Liability Coverage, but Motor Carrier Coverage Forms and Paragraph D.2. of
Ian
only to the extent that person or organization qualifies Section I — Covered Autos Coverages of the Auto
as an "insured" under the Who Is An Insured provision Dealers Coverage Form.
contained in Paragraph A.1. of Section II — Covered
1
I
1
1
CA 20 48 10 13 Copyright, Insurance Services Office, Inc. 2011 Page 1 of 1
1
1
POLICY NUMBER: COMMERCIAL AUTO
CA 04 44 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM '
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by
the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: ACTIVE CONSTRUCTION, INC.
Endorsement Effective Date: 06/15/2017
SCHEDULE '
Name(s)Of Person(s)Or Organization(s):
ANY PERSON OR ORGANIZATION FOR WHOM
g OR WHICH YOU ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT TO OBTAIN THIS
WAIVER FROM US. YOU MUST AGREE TO THAT
REQUIREMENT PRIOR TO LOSS.
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
s The Transfer Of Rights Of Recovery Against Others
E To Us condition does not apply to the person(s) or
organization(s) shown in the Schedule, but only to the
extent that subrogation is waived prior to the 'accident'
or the 'loss' under a contract with that person or
organization.
1
CA 04 44 10 13 Copyright, Insurance Services Office, Inc.,2011 Page 1 of 1
1
Bond No. 023208185
EXHIBIT E PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Active Construction, Inc., ("Principal")and Liberty Mutual Insurance Company
the undersigned corporation organized and existing under the laws of the State of 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 Seven Hundred Forty-Two Thousand, Seven Hundred Forty-Two Dollars and 00/100
($742,742.00) for the payment of which we firmly bind ourselves and our legal representatives,
heirs, successors and assigns,jointly and severally.
' This obligation is entered into pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter amended
or adopted.
The Principal has entered into an Agreement with the City dated , 2018
for the Military Rd S &S 298th St Compact Roundabout Project.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the
manner and within the time period prescribed by the City, or within such extensions of time as may
be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and
material men or women, and all persons who shall supply the Principal or subcontractors with
provisions and supplies for the carrying on of said work, and shall hold the City, their officials,
agents, employees and volunteers harmless from any loss or damage occasioned to any person or
' property by reason of any carelessness or negligence on the part of the Principal, or any
subcontractor in the performance of said work, and shall indemnify and hold the City harmless from
any damage or expense by reason of failure of performance as specified in the Agreement within a
period of one (1) year after its final acceptance thereof by the City, then and in the event this
obligation shall be void; but otherwise, it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension
of time, alteration or addition to the terms of the Agreement or to the work to be performed
' thereunder or the specifications accompanying the same shall in any way affect its obligation on
this bond, and it does hereby waive notice of any change, extension of time, alterations or
additions to the terms of the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of
the Agreement without notice to Surety, and any such modifications or changes increasing the total
amount to be paid the Principal shall automatically increase the obligation of the Surety on this
Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent
(25%)of the original amount of this bond without the consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the
terms of the Agreement, the Surety shall make a written commitment to the City that it will either:
(a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount
necessary for the City to remedy the default, including legal fees incurred by the City, or(c) in the
' event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the
City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to
Interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surely elect option (a) to cure the default, the penal sum of the Bond shall be
CITY OF FEDERAL WAY RFB-50 RFB#18-007
AUG 2018 MILITARY RD S I S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
1
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary work, the City shall notify the
Surety of its actual costs. The City shall return, without interest, any overpayment made by the
Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited
to the bond amount. Should the Surety elect option (c),the Parties shall first complete participation
' in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of
mediation to resolve said dispute. The Parties shall proportionately share in the cost of the
mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth
Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion
111 of the mediation.
(SIGNATURE PAGE TO FOLLOW)
I
I
1
1
I
' CITY OF FEDERAL WAY
AUG 2018 RFB-51 RFB#1$-007
MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
I
DATED this 21 day of September 2018.
ICORPORATE SEAL OF PRINCIPAL: ACTIVE CONSTRUCTION, INC.
1 �°
. ` °y`)rl, O B David Ceccanti
Its: President
r
/ 5110 River Road E
/ ;• Q.`a Tacoma,WA 98443
(253)248-1091
I CERTIFICATE AS TO CORPORATE SEAL
vd:Fr\asS
I hereby certify that I am the he Corporation named as Principal in
the within bond;that David Ceccanti, who signed the said bond on behalf of the Principal, was
I
President 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.
IOt7G4tc--- tsowintia. c, (..brittiY.,n‘A
W,\TAasI S
CORPORATE SEAL OF SURETY: SURETY Liberty Mutual Insurance Company
By: 4.4. Pte✓'-C-- d/r-04--
Attorney-in-Fact
4 Mir, (Attach Power of Attorney)
r . .,l 0 "044
ir
.. � 7d; -'" Karen C. Swanson,Attorney-in-Fact
% t (Name of Person Executing Bond)
I .1 514 'fir.` 1001 4th Avenue, Suite 3700
,w : ,,� �
• '-it t r') Seattle,WA 98154
(Address)
I (206)473-3633
(Phone)
IAPPROVED AS TO FORM:
I �� �if/�
-G/ J. Ryan Call, City Attorney
1
I CITY OF FEDERAL WAY RFB-52 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB vet.5-18
I
-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. 8179229
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;Jacob T.Haddock;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 15th day of August , 2018 .
es
MS
os;INJ(; ,„,‘N.,,,,,,s, N1i sin ,"
,,p,09<,f"„ q2T .0-,,,,,,-0,4,41..' : s, 0 (,� •i^ The Ohio Casualty Insurance Company N
1919 8
•ti c,, Liberty Mutual Insurance Company <v
t,
1912 1991 n West American Insurance Company •N
/n 0
*' David M.Carey,A Assistant Secretary C
STATE OF PENNSYLVANIA ss m.
COUNTY OF MONTGOMERY c
O
E On this 15th day of August , 2018,before me personally appeared David M.Carey.who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance V I—
d 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
R- therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
> IN WITNESS WHEREOF.I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 8 Q.
y 3 c�P PAST COMMONWEALTH OF PENNSYLVANIA Q M
.a �Q "ON 9'4', Notarial Seal LtdieJ d
to ti . 'F'2 y i Teresa Pastella,Notary Public: By:
LOF
1 Upper Merron Twp.,Montgomery County Teresa Pastella,Notary Public _
— L P��p My Commission Expires March 28,2021 3 fC
Z( Lany No> Member,Pennsylvania Association of Notaries Q.
as
(0 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 iq G
Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows:
✓ Qi
CO d 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
a).1) to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,%
_ acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective •p S
ai 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 d
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 > a
T 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. ,
4...N
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 00
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
O j 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 O o
vshall havefull signatureexecution of anysuch instruments and to attach thereto the seal of the Company. When so
respective powers of attorney, power to bind the Company by their and v,
executed such instruments shall be as binding as if signed by the president and attested by the secretary. O cfl
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- 1.'
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.1;:4%:,.,-.4,.- pmpany, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a , •,' ',1,'L•{ ?14§tof the Power of Attorney -cuted by said Companies, is in full force and effect and
has not been revoked. ,
IN TESTIMONY WHEREOF,I have hereunto set my hand and affi the s �!� } • day of _�r•,/ /.',,4•A `, ,20/S
\�c ^ :, ,
( p _
,,,310 t OR4 �f2 BJP",. �a,4^"YC, e ..Axon "tC:r t �...o.R
Cr '' ra r J t.Lµ`
S
1919 n 1912 ° `r 1991 ,4:- "'"�r By: :.
'.. a, a Renee C.Llew• ,,ssistant Secretary
,
�r r/
:: 0,, 46 of 500
LMS_12873_022017
I
IEXHIBIT F TITLE 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:
1. Compliance with Regulations
IThe contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of
I Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to
as the Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination
IThe 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
I sub-contractors, including procurement of materials and leases of equipment. The contractor shall
not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
I Appendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor for
I
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.
4. Information and Reports
1 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
I sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
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
IIn the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may
I determine to be appropriate, including, but not limited to: Withholding of payments to the contractor
under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of
the contract, in whole or in part
I
I
CITY OF FEDERAL WAY RFB-53 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RFB ver.5-18
I
1 6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every' sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a
I means of enforcing such provisions including sanctions for non-compliance. Provided, however,
that in the event a contractor becomes involved in, or is threatened with, litigation with a sub-
contractor or supplier as a result of such direction, the contractor may request WSDOT enter into
U
such litigation to protect the interests of the state and, in addition, the contractor may request the
USDOT enter into such litigation to protect the interests of the United States.
I
I
I
I
I
I
I
I
I
II
1
I
CITY OF FEDERAL WAY RFB-54 RFB#18-007
AUG 2018 MILITARY RD S/S 298TH ST COMPACT ROUNDABOUT
RF8 ver. 5-18
1
' Amendments to the Standard Specifications
1
I
1
1
i
1
1
1
1
1
1 INTRO.AP1
I2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
I 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
I 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
I
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.
1 15
16 1-01.AP1
17 Section 1-01, Definitions and Terms
I18 August 6,2018
19 1-01.3 Definitions
20 The following new term and definition is inserted before the definition for"Shoulder":
' 21
22 Sensitive Area — Natural features, which may be previously altered by human activity,
23 that are present on or adjacent to the project location and protected, managed, or
I 24 regulated by local, tribal, state, or federal agencies.
25
26 The following new term and definition is inserted after the definition for'Working Drawings":
I 27
28 WSDOT Form — Forms developed and maintained by WSDOT that are required or
29 available for use on a project. These forms can be downloaded from the forms
I 30
31 catalogue at:
32 http://wsdot.wa.gov/forms/pdfForms.html
33
I
34 1-02.AP1
35 Section 1-02, Bid Procedures and Conditions
36 April 2, 2018
I37 1-02.4(1) General
38 This section is supplemented with the following:
I 39
40 Prospective Bidders are advised that the Contracting Agency may include a partially
41 completed Washington State Department of Ecology (Ecology) Transfer of Coverage
42 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit
' 43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the
44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the
45 Transfer of Coverage and the associated CSWGP will be included in the appendices.
I 46 As a condition of Section 1-03.3, the Contractor is required to complete sections I, Ill,
47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
48
II
I, ' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1 The Contracting Agency is responsible for compliance with the CSWGP until the end of
2 day that the Contract is executed. Beginning on the day after the Contract is executed,
3 the Contractor shall assume complete legal responsibility for compliance with the
4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
5 Contract Work.
6
7 1-02.5 Proposal Forms
8 The first sentence of the first paragraph is revised to read:
9
10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal
11 Form for any project on which the Bidder is eligible to Bid.
12
13 1-02.6 Preparation of Proposal
14 Item number 1 of the second paragraph is revised to read:
15
16 1. A unit price for each item (omitting digits more than two places to the right of the
17 decimal point),
18
19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
20 "WSDOT Form 422-031U".
21
22 The following is inserted after the third sentence of the fourth paragraph:
23
24 Bidders shall submit a UDBE Broker Agreement documenting the fees or commissions
25 charged by the Broker for any Broker listed on the UDBE Utilization Certification in
26 accordance with the Special Provisions. Bidders shall submit a completed UDBE
27 Trucking Credit Form for each UDBE Trucking firm listed on the UDBE Utilization
28 Certification in accordance with the Special Provisions. WSDOT Form 272-058 is
29 available for this purpose.
30
31 The following new paragraph is inserted before the last paragraph:
32
33 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
34 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of
35 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
36 Contractor Certification of Wage Law Compliance form is included in the Proposal
37 Forms.
38
39 1-02.13 Irregular Proposals
40 Item 1(h)is revised to read:
41
42 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good
43 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the
44 documentation that is submitted fails to demonstrate that a Good Faith Effort to
45 meet the Condition of Award was made;
46
47 Item 1(i) is revised to read the following three items:
48
49 i. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise
50 Trucking Credit Form, if applicable, as required in Section 1-02.6, or if the Form
51 that is submitted fails to meet the requirements of the Special Provisions;
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS 111
REVISED:6-AUG-2018
I
1 j. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise
2 Broker Agreement, if applicable, as required in Section 1-02.6, or if the
3 documentation that is submitted fails to demonstrate that the fee/commission is
4 reasonable as determined by the Contracting Agency; or
5
6 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
7 material terms of the Bid invitation.
8
9 1-03.AP1
10 Section 1-03, Award and Execution of Contract
January 2, 2018
Ill
12 1-03.3 Execution of Contract
13 The first paragraph is revised to read:
1 14
15 Within 20 calendar days after the Award date, the successful Bidder shall return the
16 signed Contracting Agency-prepared Contract, an insurance certification as required by
I17
18 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer
of Coverage form for the Construction Stormwater General Permit with sections I, Ill,
19 and VIII completed when provided, and shall be registered as a contractor in the state of
20 Washington.
I 21
22 1-03.5 Failure to Execute Contract
23 The first sentence is revised to read:
1 24
25 Failure to return the insurance certification and bond with the signed Contract as
26 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
II27 Business Enterprise information if required in the Contract, or failure or refusal to sign
28 the Contract, or failure to register as a contractor in the state of Washington, or failure to
29 return the completed Transfer of Coverage for the Construction Stormwater General
30 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
I 31 bond or deposit of this Bidder.
32
33 1-05.AP1
I 34 Section 1-05, Control of Work
35 August 6, 2018
I 36 1-05.5 Vacant
37 This section, including title, is revised to read:
38
39 1-05.5 Tolerances
I 40 Geometrical tolerances shall be measured from the points, lines, and surfaces defined
41 in Contract documents.
42
I
43
44 A plus (+) tolerance increases the amount or dimension to which it applies, or raises a
deviation from level. A minus (-)tolerance decreases the amount or dimension to which
45 it applies, or lowers a deviation from level.Where only one signed tolerance is specified
46 (+ or-),there is no specified tolerance in the opposing direction.
I
47
48 Tolerances shall not be cumulative.The most restrictive tolerance shall control.
49
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
1
REVISED:6-AUG-2018
2018
1 Tolerances shall not extend the Work beyond the Right of Way or other legal
2 boundaries identified in the Contract documents. If application of tolerances causes the
3 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall
4 be reduced for that specific instance.
5
6 Tolerances shall not violate other Contract requirements. If application of tolerances
7 causes the Work to violate other Contract requirements, the tolerance shall be reduced
8 for that specific instance. If application of tolerances causes conflicts with other
9 components or aspects of the Work, the tolerance shall be reduced for that specific
10 instance.
11
12 1-05.9 Equipment '
13 The following new paragraph is inserted before the first paragraph:
14
15 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose
16 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
17 undercarriage.The Engineer will reject equipment from the site until it returns clean.
18
19 This section is supplemented with the following:
20
21 Upon completion of the Work, the Contractor shall completely remove all loose dirt and
22 vegetative debris from equipment before removing it from the job site.
23
24 1-06.AP1
25 Section 1-06, Control of Material
26 January 2,2018
•
27 1-06.1(3) Aggregate Source Approval (ASA) Database
28 This section is supplemented with the following:
29
30 Regardless of status of the source, whether listed or not listed in the ASA database the
31 source owner may be asked to provide testing results for toxicity in accordance with
32 Section 9-03.21(1).
33
34 1-O6.2(2)D Quality Level Analysis
35 This section is supplemented with the following new subsection:
36
37 1-06.2(2)D5 Quality Level Calculation—HMA Compaction
38 The procedures for determining the quality level and pay factor for HMA compaction are
39 as follows:
40
41 1. Determine the arithmetic mean,Xm,for compaction of the lot:
42
43 X = E x
n '44
45 Where:
46 x= individual compaction test values for each sublot in the lot.
47 = summation of individual compaction test values
48 n = total number test values
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS '
REVISED:6-AUG-2018
1
I
I
1
2 2. Compute the sample standard deviation, "S",for each constituent:
-
1
nEx2—(XX)2
2
i3 S n(n-1)
4
1 5 Where:
6 D2= summation of the squares of individual compaction test values
7 (Ix)2= summation of the individual compaction test values squared
I 8
9 3. Compute the lower quality index(QL):
10
I 11 QL = Xm—LSL
S
1 12
I
13
14 Where:
LSL = 91.5
15
16 4. Determine PL (the percent within the lower Specification limit which
I
17 corresponds to a given QL) from Table 1. For negative values of QL, PL is
18 equal to 100 minus the table PL. If the value of QL does not correspond exactly
19 to a figure in the table, use the next higher value.
I 20
21 5. Determine the quality level (the total percent within Specification limits):
22
23 Quality Level = PL
I
24
25 6. Using the quality level from step 5, determine the composite pay factor(CPF)
26 from Table 2.
27
I 28 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
29 compaction lot; however, the maximum HMA compaction CPF using an LSL =
30
31 91.5 shall be 1.05.
I
32 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
33 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for
I I 34 that lot; however, the maximum HMA compaction CPF using an LSL = 91.00
35 shall be 1.00.
36
I 37 1-06.2(2)D4 Quality Level Calculation
38 The first paragraph (excluding the numbered list)is revised to read:
39
40 The procedures for determining the quality level and pay factors for a material, other
I
41 than HMA compaction, are as follows:
42
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 1-07.AP1 I 2 Section 1-07, Legal Relations and Responsibilities to the Public
3 August 6, 2018
4 1-07.5 Environmental Regulations
I
5 This section is supplemented with the following new subsections:
6
7 1-07.5(5) U.S.Army Corps of Engineers
8 When temporary fills are permitted,the Contractor shall remove fills in their entirety and
9 the affected areas returned to pre-construction elevations.
10 I.
11 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special
12 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in
13 the case of a Nationwide Permit) on the worksite for the life of the Contract. The
14 Contractor shall provide copies of the permit or verification letter to all subcontractors
15 involved with the authorized work prior to their commencement of any work in waters of
16 the U.S.
17 I 18 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
19 The Contracting Agency will provide fish exclusion and handling services if the Work
20 dictates. However, if the Contractor discovers any fish stranded by the project and a '
21 Contracting Agency biologist is not available,they shall immediately release the fish into
22 a flowing stream or open water.
3
2
24 1-07.5(1) General
25 The first sentence is deleted and replaced with the following:
26
27 No Work shall occur within areas under the jurisdiction of resource agencies unless
28 authorized in the Contract.
29
30 The third paragraph is deleted. 11131
32 1-07.5(2) State Department of Fish and Wildlife
33 This section is revised to read:
34
I
35 In doing the Work,the Contractor shall:
36
37 1. Not degrade water in a way that would harm fish,wildlife, or their habitat.
38
39 2. Not place materials below or remove them from the ordinary high water line
40 except as may be specified in the Contract.
41 I 42 3. Not allow equipment to enter waters of the State except as specified in the
43 Contract.
44 I 45 4. Revegetate in accordance with the Plans, unless the Special Provisions permit
46 otherwise.
47
I
48 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of
49 water.
50 •
51 6. Ensure continuous stream flow downstream of the Work area.
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I
I
1
2 7. Dispose of any project debris by removal, burning, or placement above high-
3 water flows.
I 4
5 8. Immediately notify the Engineer and stop all work causing impacts, if at any
6 time, as a result of project activities, fish are observed in distress or a fish kill
7 occurs.
I 8
9If the Work in (1) through (3) above differs little from what the Contract requires, the
10 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract
I11 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-
12 09.4.Work in(4)through(8)above shall be incidental to Contract pay items.
13
14 1-07.5(3) State Department of Ecology
I 15 This section is revised to read:
16
17 In doing the Work,the Contractor shall:
111 18
19 1. Comply with Washington State Water Quality Standards.
20
21 2. Perform Work in such a manner that all materials and substances not
22 specifically identified in the Contract documents to be placed in the water do
23 not enter waters of the State, including wetlands. These include, but are not
24 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete
25 wastewater, process wastewater, slurry materials and waste from shaft drilling,
26 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or
27 deleterious materials.
' 28
29 3. Use equipment that is free of external petroleum-based products.
30
31 4. Remove accumulations of soil and debris from drive mechanisms (wheels,
32 tracks, tires) and undercarriage of equipment prior to using equipment below
33 the ordinary high water line.
34
I 35 5. Clean loose dirt and debris from all materials placed below the ordinary high
36 water line. No materials shall be placed below the ordinary high water line
37 without the Engineer's concurrence.
138
39 6. When a violation of the Construction Stormwater General Permit (CSWGP)
40 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
41 Contractor ECAP Report, and submit the form to the Engineer within 48 hours
42 of the violation.
43
44 7. Once Physical Completion has been given, prepare a Notice of Termination
I 45 (Ecology Form ECY 020-87) and submit the Notice of Termination
46 electronically to the Engineer in a PDF format a minimum of 7 calendar days
47 prior to submitting the Notice of Termination to Ecology. '
48
I49 8. Transfer the CSWGP coverage to the Contracting Agency when Physical
50 Completion has been given and the Engineer has determined that the project
51 site is not stabilized from erosion.
I52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
1 9. Submit copies of all correspondence with Ecology electronically to the I 2 Engineer in a PDF format within four calendar days.
3
4 1-07.5(4) Air Quality
5 This section is revised to read:
6
7 The Contractor shall comply with all regional clean air authority and/or State
8 Department of Ecology rules and regulations. I 9
10 The air quality permit process may include additional State Environment Policy Act
11 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution
I
12 control authority well in advance of beginning Work.
13
14 When the Work includes demolition or renovation of any existing facility or structure that
15 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing III16 Material (PACM), the Contractor shall comply with the National Emission Standards for
17 Hazardous Air Pollutants(NESHAP).
18 I 19 Any requirements included in Federal and State regulations regarding air quality that
20 applies to the"owner or operator"shall be the responsibility of the Contractor.
21 1 22 1-07.7(1) General
23 The first sentence of the third paragraph is revised to read:
24
25 When the Contractor moves equipment or materials on or over Structures, culverts or
26 pipes, the Contractor may operate equipment with only the load-limit restrictions in
27 Section 1-07.7(2).
28 1 29 The first sentence of the last paragraph is revised to read:
30
31 Unit prices shall cover all costs for operating over Structures, culverts and pipes.
32 1
33 1-07.9(1) General
34 The last sentence of the sixth paragraph is revised to read:
35 I 36 Generally,the Contractor initiates the request by preparing standard form 1444 Request
37 for Authorization of Additional Classification and Rate, available at
38 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the
39 Engineer for further action. 1
40
41 1-07.9(2) Posting Notices
42 The second sentence of the first paragraph(up until the colon)is revised to read:
43
44 The Contractor shall ensure the most current edition of the following are posted:
45
46 In items 1 through 10,the revision dates are deleted. 111
47
48 1-07.11(2) Contractual Requirements
I
49 In this section, "creed" is revised to read "religion".
50
51 Item numbers 1 through 9 are revised to read 2 through 10, respectively.
52
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS 1
•
REVISED:6-AUG-2018
1
I
I 1 After the preceding Amendment is applied, the following new item number 1 is inserted:
2
3 1. The Contractor shall maintain a Work site that is free of harassment, humiliation,
4 fear, hostility and intimidation at all times. Behaviors that violate this requirement
5 include but are not limited to:
6
7 a. Persistent conduct that is offensive and unwelcome.
Ia
9 b. Conduct that is considered to be hazing.
10
11 c. Jokes about race,gender, or sexuality that are offensive.
111 12
13 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual
14 nature which interferes with a person's ability to perform their job or creates an
15
16 intimidating, hostile, or offensive work environment.
17 e. Language or conduct that is offensive, threatening, intimidating or hostile
' 18 19 based on race, gender, or sexual orientation.
20 f. Repeating rumors about individuals in the Work Site that are considered to be
21 harassing or harmful to the individual's reputation.
I 22
23 1-07.11(5) Sanctions
24 This section is supplemented with the following:
25
26 Immediately upon the Engineer's request, the Contractor shall remove from the Work
27 site any employee engaging in behaviors that promote harassment, humiliation, fear or
I
28 intimidation including but not limited to those described in these specifications.
29
30 1-07.11(6) Incorporation of Provisions
31 The first sentence is revised to read:
I 32
33 The Contractor shall include the provisions of Section 1-07.11(2) Contractual
34 Requirements(1)through (5)and the Section 1-07.11(5)Sanctions in every subcontract
I 35
36 including procurement of materials and leases of equipment.
37 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
I3839 The last sentence of the first paragraph is revised to read:
40 An SPCC Plan template and guidance information is available at
41 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-
' 42
43 prevent-report.
• 44 1-07.18 Public Liability and Property Damage Insurance
I 45 Item number 1 is supplemented with the following new sentence:
46
47 This policy shall be kept in force from the execution date of the Contract until the
I
48 Physical Completion Date.
49
I -
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 1-08.AP1 I 2 Section 1-08, Prosecution and Progress
3 August 6, 2018
4 1-08.1 Subcontracting
5 The first sentence of the seventh paragraph is revised to read:
6
7 All Work that is not performed by the Contractor will be considered as subcontracting
gravel, crushed stone, crushed slag, batched concrete
8 except: purchase of sand, 9 I
9 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site
10 fabricated items, and any other materials supplied by established and recognized
11 commercial plants; or(2)delivery of these materials to the Work site in vehicles owned
12 or operated by such plants or by recognized independent or commercial hauling
13 companies hired by those commercial plants.
14 I
15 1-08.5 Time for Completion
16 Item number 2 of the sixth paragraph is supplemented with the following:
17 I 18 f. A"copy of the Notice of Termination sent to the Washington State Department of
19 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
20 Notice of Termination by Ecology; and no rejection of the Notice of Termination by
I
21 Ecology. This requirement will not apply if the Construction Stormwater General
22 Permit is transferred back to the Contracting Agency in accordance with Section 8-
23 01.3(16).
24
25 1-08.7 Maintenance During Suspension
26 The fifth paragraph is revised to read:
27 I 28 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
29 costs associated with protecting and maintaining such Work shall be the responsibility
30 of the Contractor.
31
32 1-09.AP1
33 Section 1-09, Measurement and Payment
34 August 6, 2018
I
35 1-09.2(1) General Requirements for Weighing Equipment
36 The last paragraph is supplemented with the following: I 37
38 When requested by the Engineer, the Contractor's representative shall collect the
39 tickets throughout the day and provide them to the Engineer's designated receiver, not
40 later than the end of shift, for reconciliation. Tickets for loads not verified as delivered
I
41 will receive no pay.
42 •
43 1-09.2(2) Specific Requirements for Batching Scales '
44 The last sentence of the first paragraph is revised to read:
45
46 Batching scales used for concrete or hot mix asphalt shall not be used for batching I 47 other materials.
48
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
1
1 1 1-09.10 Payment for Surplus Processed Materials
2 The following sentence is inserted after the first sentence of the second paragraph:
3
4 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity
5 of Asphalt and quantity of RAP or other materials incorporated into the mix.
6
7 2-02.AP2
8 Section 2-02, Removal of Structures and Obstructions
9 April 2, 2018
10 2-02.3(3) Removal of Pavement, Sidewalks,Curbs, and Gutters
11 In item number 3 of the first paragraph, the second sentence is revised to read:
12
13 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to
' 14 18 inches from and parallel to the initial saw cut is also required, unless the Engineer
15 allows otherwise.
16
17 2-09.AP2
18 Section 2-09, Structure Excavation
19 April 2, 2018
' 20 2-09.2 Materials
21 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
22 Cement Concrete"are revised to read:
1 23
24 Cement 9-01
25 Fine Aggregate for Concrete 9-03.1(2)
26
27 2-09.3(3)D Shoring and Cofferdams
28 The first sentence of the sixth paragraph is revised to read:
29
30 Structural shoring and cofferdams shall be designed for conditions stated in this Section
31 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
32 Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the
33
34 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
35 3-01.AP3
111 36 Section 3-01, Production from Quarry and Pit Sites
37 April 2, 2018
38 3-01.1 Description
39 The first paragraph is revised to read:
40
41 This Work shall consist of manufacturing and producing crushed and screened
42 aggregates including pit run aggregates of the kind, quality, and grading specified for
43 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance
44 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface
' 45
46 treatments of all descriptions.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 4-04.AP4
2 Section 4-04, Ballast and Crushed Surfacing
3 April 2, 2018
4 4-04.3(5) Shaping and Compaction
5 This section is supplemented with the following new paragraph:
6
7 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written I
8 request to use a test point evaluation for compaction acceptance testing in lieu of
9 compacting to 95% of the standard density as determined by the requirements of
10 Section 2-03.3(14)D. The test point evaluation shall be performed in accordance with
11 SOP 738.
12
13 5-01.AP5
14 Section 5-01, Cement Concrete Pavement Rehabilitation
15 August 6, 2018
16 5-01.2 Materials
17 The section reference for Concrete Patching Material is revised to read"9-20.1".
18
19 5-01.3(1)A1 Concrete Patching Materials
20 In this section, each reference to"9-20" is revised to read"9-20.1". 111
21
22 5-01.3(4) Replace Cement Concrete Panel
23 The last sentence of the fourth to last paragraph is revised to read:
24
25 If the replacement panel is located in an area that will be ground as part of concrete
26 pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall
27 be measured, by the Contractor, in conjunction with the smoothness measurement
28 done in accordance with Section 5-01.3(10).
29
30 5-04.AP5
31 Section 5-04, Hot Mix Asphalt
32 April 2, 2018
33 5-04.1 Description
34 The last sentence of the first paragraph is revised to read:
35
36 The manufacture of HMA may include additives or processes that reduce the optimum
37 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance
38 with these Specifications.
39
40 5-04.2 Materials
41 The reference to"Warm Mix Asphalt Additive" is revised to read "HMA Additive".
42
43 5-04.2(1) How to Get an HMA Mix Design on the QPL
44 The last bullet in the first paragraph is revised to read:
45 I 46 • Do not include HMA additives that reduce the optimum mixing temperature or serve
47 as a compaction aid when developing a mix design or submitting a mix design for
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
II QPL evaluation. The use of HMA additives is not part of the process for obtaining
2 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
3
4 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard
I
5 Practice QC-8 located in the WSDOT Materials Manual M 46-01".
6
7 5-04.2(1)C Mix Design Resubmittal for QPL Approval
I 8 Item number 3 of the first paragraph is revised to read:
9
10 3. Changes in modifiers used in the asphalt binder.
11
1 12 5-04.2(2)B Using Warm Mix Asphalt Processes
13 This section, including title, is revised to read:
14
I
15 5-04.2(2)B Using HMA Additives
16 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
17 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
I
18
19 include organic additives, chemical additives and foaming processes. The use of
Additives is subject to the following:
20
I
21 • Do not use additives that reduce the mixing temperature in accordance with
22
23 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
24 • Before using additives, obtain the Engineer's approval using WSDOT Form
I
25
26 350-076 to describe the proposed additive and process.
27 5-04.3(3)A Mixing Plant
I 28 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for
29 AASHTO T 168".
30
I 31 5-04.3(4) Preparation of Existing Paved Surfaces
32 The first sentence of the fourth paragraph is revised to read:
33
34 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-
35 1 h, or Performance Graded(PG)asphalt for tack coat.
36
37 5-04.3(6) Mixing
38 The first paragraph is revised to read:
39
40 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the
41 amount designated on the QPL for the mix design, into the asphalt binder prior to
' 42 shipment to the asphalt mixing plant.
43
44 The seventh paragraph is revised to read:
I
45
46 Upon discharge from the mixer, ensure that the temperature of the HMA does not
47 exceed the optimum mixing temperature shown on the accepted Mix Design Report by
I
48
49 more than 25°F, or as allowed by the Engineer. When an additive is included in the
manufacture of HMA, do not heat the additive (at any stage of production including in
50 binder storage tanks) to a temperature higher than the maximum recommended by the
51 manufacturer of the additive.
I
52
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
1 5-04.3(7) Spreading and Finishing
2 The last row of the table is revised to read:
3
% inch 0.25 feet 0.30 feet
4
5 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
6 The following new paragraph is inserted after the first paragraph:
7
8 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as
9 shown on the HMA Mix Design will be used for VMA calculations until the Contractor
10 submits a written request for a Gsb test. The new Gsb will be used in the VMA
11 calculations for HMA from the date the Engineer receives the written request for a Gsb
12 retest. The Contractor may request aggregate specific gravity (Gsb) testing be
13 performed by the Contracting Agency twice per project. The Gsb blend of the combined
14 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA
15 produced after the new Gsb is determined.
16
17 5-04.3(9)A1 Test Section—When Required,When to Stop
18 The following new row is inserted after the second row in Table 9:
19
VMA Minimum PF; of 0.95 None4
based on the criteria in
Section 5-04.3(9)B42
20
21 5-04.3(9)A2 Test Section— Evaluating the HMA Mixture in a Test Section
22 In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read
23 "Gradation,Asphalt Binder,VMA, and Va".
24
25 5-04.3(9)B3 Mixture Statistical Evaluation—Acceptance Testing
26 In Table 11, "Va" is revised to read"VMA and Va"
27
28 5-04.3(9)B5 Mixture Statistical Evaluation—Composite Pay Factors (CPF)
29 The following new row is inserted above the last row in Table 12:
30
Voids in Mineral Aggregate 2
(VMA)
31
32 5-04.3(9)B7 Mixture Statistical Evaluation— Retests
33 The second to last sentence is revised to read:
34
35 The sample will be tested for a complete gradation analysis, asphalt binder content,
36 VMA and Va, and the results of the retest will be used for the acceptance of the HMA
37 mixture in place of the original mixture sublot sample test results.
38
39 5-04.3(10)C1 HMA Compaction Statistical Evaluation— Lots and Sublots1111
40 The bulleted item in the fourth paragraph is revised to read:
41
42 • For a compaction lot in progress with a compaction CPF less than 0.75 using an
43 LSL = 91.0, a new compaction lot will begin at the Contractor's request after the
44 Engineer is satisfied that material conforming to the Specifications can be
45 produced. See also Section 5-04.3(11)F.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
111
I
1
2 5-04.3(10)C2 HMA Compaction Statistical Evaluation—Acceptance Testing
3 In the table, "WSDOT FOP for AASHTO T 355" is revised to read"FOP for AASHTO T 355".
4
I 5 5-04.3(10)C3 HMA Statistical Compaction— Price Adjustments
6 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for
7 AASHTO T 355".
t89 The first sentence in the second paragraph is revised to read:
10
11 For each HMA compaction lot(that is accepted by Statistical Evaluation)which does not
12 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
13 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay
14 Factor(CPF).
I 15
16 The last two paragraphs are revised to read:
17
I
18
19 Determine the Compaction Price Adjustment(CPA) from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above.
20
I 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
UP
I When CPF= 1.00 CPA= $0
When CPF< 1.0 CPA= [0.40 x(CPF—1.00)]x Q x
UP
21
I 22 Where
23 CPA=Compaction Price Adjustment for the compaction lot($)
I 24 CPF =Composite Pay Factor for the compaction lot(maximum is 1.05)
25 Q=Quantity in the compaction lot(tons)
26 UP= Unit price of the HMA in the compaction lot($/ton)
27
28 5-04.3(13) Surface Smoothness
29 The second to last paragraph is revised to read:
30
I 31 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA
32 shall be such that no surface elevation lies above the Plan grade minus the specified
33 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any
34 such irregularities to the required tolerance by grinding or other means allowed by the
35 Engineer.
36
37 5-04.5 Payment
I 38 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
39
40 The unit Contract price per linear foot for"Crack Sealing-LF"shall be full payment for all
I 41
42 costs incurred to perform the Work described in Section 5-04.3(4)A.
I I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1 5-05.AP5
2 Section 5-05, Cement Concrete Pavement t
3 August 6, 2018
4 5-05.1 Description
5 In the first paragraph, "portland cement concrete" is revised to read"cement concrete".
6
7 5-05.2 Materials
8 In the first paragraph,the reference to"Portland Cement" is revised to read:
9
10 Cement 9-01 11111
12 In the first paragraph,the section reference for Concrete Patching Material is revised to read
13 "9-20.1". 11114
15 5-05.3(1) Concrete Mix Design for Paving
16 The table title in item number 4 is revised to read Concrete Batch Weights.
17
18 In item 4a, "Portland Cement" is revised to read"Cement".
19
20 5-05.3(4) Measuring and Batching Materials
21 Item number 2 is revised to read:
22
23 2. Batching Materials — On all projects requiring more than 2,500 cubic yards of
24 concrete for paving, the batching plant shall be equipped to proportion aggregates
25 and cement by weight by means of automatic and interlocked proportioning devices
26 of accepted type.
27
28 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
29
30 This section's title is revised to read:
31
32 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement
33
34 The first sentence is revised to read:
35
36 Acceptance of portland cement or blended hydraulic cement concrete pavement shall
37 be as provided under statistical or nonstatistical acceptance.
38
39 5-05.4 Measurement
40 The last paragraph is revised to read:
41 111
42 The calculation for cement concrete compliance adjustment is the volume of concrete
43 represented by the CPF and the Thickness deficiency adjustment.
44
45 5-05.5 Payment
46 The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the
47 paragraph following this bid item are revised to read:
48
49 "Cement Concrete Compliance Adjustment", by calculation.
50
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS 1
REVISED:6-AUG-2018
1
1
I 1
2 Payment for "Cement Concrete Compliance Adjustment" will be calculated by
multiplying the unit Contract price for the cement concrete pavement, times the volume
3 for adjustment, times the percent of adjustment determined from the calculated CPF
1
4 and the Deficiency Adjustment listed in Section 5-05.5(1)A.
5
6 6-01.AP6
7 Section 6-01, General Requirements for Structures
1
8 August 6, 2018
9 This section is supplemented with the following new subsections:
I 10
11 6-01.16 Repair of Defective Work
12 6-01.16(1) General
13 When using repair procedures that are described elsewhere in the Contract
14 Documents, the Working Drawing submittal requirements of this Section shall not
15 apply to those repairs unless noted otherwise.
16
I 17
18 Repair procedures for defective Work shall be submitted as Type 2 Working
Drawings. Type 2E Working Drawings shall be submitted when required by the
19 Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective
I 20 Work within the limits of applicability of a pre-approved repair procedure may be
21 repaired using that procedure. Repairs using a pre-approved repair procedure shall
22 be submitted as a Type 1 Working Drawing.
23
I 24
25 Pre-approved repair procedures shall consist of the following:
26 • The procedures listed in Section 6-01.16(2)
I 27
28 • For precast concrete, repair procedures in the annual plant approval
29 process documents that have been approved for use by the Contracting
1
30 Agency.
31
32 All Working Drawings for repair procedures shall include:
33
I 34
35 • A description of the defective Work including location, extent and pictures
36 • Materials to be used in the repair. Repairs using manufactured products
111
37 shall include written manufacturer recommendations for intended uses of
38 the product, surface preparation, mixing, aggregate extension (if
39 applicable), ambient and surface temperature limits, placement methods,
40 finishing and curing.
I 41
42 • Construction procedures
43
I 44 • Plan details of the area to be repaired
45
46 • Calculations for Type 2E Working Drawings
47
I48 Material manufacturer's instructions and recommendations shall supersede any
49 conflicting requirements in pre-approved repair procedures.
50
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 The Engineer shall be notified prior to performing any repair procedure and shall be
2 given an opportunity to inspect the repair work being performed.
I3
4 6-01.16(2) Pre-Approved Repair Procedures
5 6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets,
6 Honeycombs,Voids, etc.)
7 This repair shall be limited to the following areas:
8I9 • Areas that are not on top Roadway surfaces (with or without an
10 overlay) including but not limited to concrete bridge decks, bridge
11 approach slabs or cement concrete pavement I 12
13 • Areas that are not underwater
14
15 • Areas that are not on precast barrier, except for the bottom 4 inches 1
16 (but not to exceed 1 inch above blockouts)
17
18 • Areas that do not affect structural adequacy as determined by the I 19 Engineer.
20
21 The repair procedure is as follows:
22
23 1. Remove all loose and unsound concrete. Impact breakers shall not
24 exceed 15 pounds in weight when removing concrete adjacent to
25 reinforcement or other embedments and shall not exceed 30 pounds
26 in weight otherwise. Operate impact breakers at angles less than 45
27 degrees as measured from the surface of the concrete to the tool and
28 moving away from the edge of the defective Work. Concrete shall be I 29 completely removed from exposed surfaces of existing steel
30 reinforcing bars. If half or more of the circumference of any steel
31 reinforcing bar is exposed, if the reinforcing bar is loose or if the bond
32 to existing concrete is poor then concrete shall be removed at least 3/
33 inch behind the reinforcing bar. Do not damage any existing
34 reinforcement. Stop work and allow the Engineer to inspect the repair
35 area after removing all loose and unsound concrete. Submit a
36
modified repair
procedure when required by
the Engineer.
37
38 2. Square the edges of the repair area by cutting an edge perpendicular
39 to the concrete surface around the repair area. The geometry of the I 40 repair perimeter shall minimize the edge length and shall be
41 rectangular with perpendicular edges,es, avoiding reentrant corners.The
42 depth of the cut shall be a minimum of 3/ inch, but shall be reduced if III43 necessary to avoid damaging any reinforcement. For repairs on
44 vertical surfaces, the top edge shall slope up toward the front at a 1-
45
vertical-to-3-horizontal slope.
461
47 3. Remove concrete within the repair area to a depth at least matching
48 the cut depth at the edges. Large variations in the depth of removal
49 within short distances shall be avoided. Roughen the concrete 1
50 surface. The concrete surface should be roughened to at least
51 Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I
I 1
2 No. 310.2R, unless a different CSP is recommended by the patching
material manufacturer.
3
4 4. Inspect the concrete repair surface for delaminations, debonding,
I
5 microcracking and voids using hammer tapping or a chain drag.
6 Remove any additional loose or unsound concrete in accordance with
7 steps 1 through 3.
I 8
95. Select a patching material in accordance with Section 9-20.2 that is
10 appropriate for the repair location and thickness. The concrete
patching material shall be pumpable or self-consolidating as required
I11
12 for the type of placement that suits the repair. The patching material
13 shall have a minimum compressive strength at least equal to the
14 specified compressive strength of the concrete.
' 15
16 6. Prepare the concrete surface and reinforcing steel in accordance with
17 the patching material manufacturer's recommendations. At a
18 minimum, clean the concrete surfaces (including perimeter edges)
19 and reinforcing steel using oil-free abrasive blasting or high-pressure
20 (minimum 5,000 psi)water blasting. All dirt,dust, loose particles, rust,
I
21 laitance, oil, film, microcracked/bruised concrete or foreign material of
22 any sort shall be removed. Damage to the epoxy coating on steel
23 reinforcing bars shall be repaired in accordance with Section 6-
24 02.3(24)H.
I 25
26 7. Construct forms if necessary, such as for patching vertical or
27 overhead surfaces or where patching extends to the edge or corner
I 28 of a placement.
29
30 8. When recommended by the patching material manufacturer, saturate
31 the concrete in the repair area and remove any free water at the
I 32 concrete surface to obtain a saturated surface dry (SSD) substrate.
33 When recommended by the patching material manufacturer, apply a
34 primer, scrub coat or bonding agent to the existing surfaces. Epoxy
I 35 bonding agents, if used, shall be Type II or Type V in accordance with
36 Section 9-26.1.
37
38 9. Place and consolidate the patching material in accordance with the
39 manufacturer's recommendations. Work the material firmly into all
40 surfaces of the repair area with sufficient pressure to achieve proper
41 bond to the concrete.
I 42
43 10. The patching material shall be textured, cured and finished in
44 accordance with the patching material manufacturer's
I
45
46 recommendations and/or the requirements for the repaired
component. Protect the newly placed patch from vibration in
47 accordance with Section 6-02.3(6)D.
48
1
49 11. When the completed repair does not match the existing concrete
50 color and will be visible to the public, a sand and cement mixture that
51 is color matched to the existing concrete shall be rubbed, brushed, or
52 applied to the surface of the patching material and the concrete.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
2 6-01.10 Utilities Supported by or Attached to Bridges ,
.
3 In the third paragraph, "Federal Standard
595" "SAE AMS Standard 595 is revised to read
4
5 6-01.12 Final Cleanup
6 The second paragraph is deleted.
7
8 6-02.AP6
9 Section 6-02, Concrete Structures
10 August 6, 2018
11 6-02.1 Description 1
12 The first sentence is revised to read:
13
14 This Work consists of the construction of all Structures (and their parts) made of
15 portland cement or blended hydraulic cement concrete with or without reinforcement,
16 including bridge approach slabs.
17
18 6-02.2 Materials
19 In the first paragraph, the references to "Portland Cement' and "Aggregates for Portland
20 Cement Concrete"are revised to read: 1
21
• 22 Cement 9-01
23 Aggregates for Concrete 9-03.1
24
25 6-02.3(2) Proportioning Materials
26 The second paragraph is revised to read:
27
28 Unless otherwise specified, the Contractor shall use Type I or II portland cement or
29 blended hydraulic cement in all concrete as defined in Section 9-01.2(1).
30
31 6-02.3(2)A Contractor Mix Design
32 The last sentence of the last paragraph is revised to read:
33 ,
34 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of
35 7.5 percent for all concrete placed above the finished ground line unless noted
36 otherwise.
37
38 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
39 Item number 5 of the first paragraph is deleted.
40I41 Item number 6 of the. first paragraph (after. the preceding Amendment is applied) is
42 renumbered to 5.
43
44 6-02.3(2)B Commercial Concrete
45 The second paragraph is revised to read:
46
47 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
48 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I,
FB
49 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post
Contractor may
gutters, and gutters, the
curbs and
50 footings, sidewalks, concrete curbs,
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
I
I 1 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs,
2 curbs and gutters, and gutters, it shall have a minimum cementitious material content of
3 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of
I
4
5 Section 6-02.3(5)C shall apply.
6 6-02.3(4) Ready-Mix Concrete
7 The first sentence of the first paragraph is revised to read:
8
9 All concrete, except lean concrete, shall be batched in a prequalified manual, semi-
10 automatic, or automatic plant as described in Section 6-02.3(4)A.
' 11
12 6-O2.3(4)D Temperature and Time For Placement
13 The following is inserted after the first sentence of the first paragraph:
I 14
15 The upper temperature limit for placement for Class 4000D concrete may be increased
16 to a maximum of 80°F if allowed by the Engineer.
17
I 18 6-02.3(5)C Conformance to Mix Design
19 Item number 1 of the second paragraph is revised to read:
20
21 1. Cement weight plus 5 percent or minus 1 percent of that specified in the
22 mix design.
23
24 6-O2.3(6)A1 Hot Weather Protection
I 25 The first paragraph is revised to read:
26
27 The Contractor shall provide concrete within the specified temperature limits. Cooling of
I 28 the coarse aggregate piles by sprinkling with water is permitted provided the moisture
29 content is monitored, the mixing water is adjusted for the free water in the aggregate
30 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile.
I
31
32 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or
replacing all or part of the mixing water with crushed ice is permitted, provided the ice is
33 completely melted by placing time.
34
I 35 The second sentence of the second paragraph is revised to read:
36
37 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that
I
38
39 touch the concrete.
40 6-02.3(7) Vacant
I 41 This section, including title, is revised to read:
42
43 6-02.3(7) Tolerances
44 Unless noted otherwise, concrete construction tolerances shall be in accordance with
I
45
46 this section.Tolerances in this section do not apply to cement concrete pavement.
47 Horizontal deviation of roadway crown points, cross-slope break points, and curb,
I
48 barrier or railing edges from alignment or work line: ±1.0 inch
49
50 Deviation from plane: ±0.5 inch in 10 feet .
51
', I 52 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I ,
11 2 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total
3 of±1.5 inches
4
5 Vertical deviation from profile grade for roadway surfaces:±1 inch
6
7 Vertical deviation of top surfaces(except roadway surfaces):±0.75 inch
8I9 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch
10
11 Length, width and thickness of elements such as columns, beams, crossbeams,
12 diaphragms, corbels, piers, abutments and walls, including dimensions to construction
13 joints in initial placements: +0.5 inch,-0.25 inch
14
15 Length,width and thickness of spread footing foundations: +2 inches,-0.5 inch
16
17 Horizontal location of the as-placed edge of spread footing foundations: The greater of
18 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5 I 19 inch. However,the tolerance shall not exceed±2 inches.
20
21 Location of opening, insert or embedded item at concrete surface: ±0.5 inch
22 I
23 Cross-sectional dimensions of opening:±0.5 inch
24
25 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a
26 specified temperature range, measured at a stable temperature: ±0.25 inch
27
28 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly:
29 ±0.125 inch 1
30
31 Horizontal deviation of centerline of supported element from centerline of bearing pad,
32 oak block or other bearing assembly±0.25 inch
I
33
34 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125
35 inch 1
36
37 6-02.3(10)C Finishing Equipment
38 The first paragraph is revised to read:
39
40 The finishing machine shall be self-propelled and be capable of forward and reverse
41 movement under positive control. The finishing machine shall be equipped with augers
42 and a rotating cylindrical single or double drum screed. The finishing machine shall ,
43 have the necessary adjustments to produce the required cross section, line, and grade.
44 The finishing machine shall be capable of raising the screeds, augers, and any other
45 parts of the finishing mechanical operation to clear the screeded surface, and returning I 46 to the specified grade under positive control. Unless otherwise allowed by the Engineer,
47 a finishing machine manufacturer technical representative shall be on site to assist the
48 first use of the machine on the Contract.
49
50 The first sentence of the second paragraph is revised to read:
51
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS 1
REVISED:6-AUG-2018
I
I
I 1
2 For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where
jobsite conditions do not allow the use of the conventional configuration finishing
3 machines, or modified conventional machines as described above; the Contractor may
I 4 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized
5 power screed such as a"Texas"or"Bunyan"screed.
6
7 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement
8 This section, including title, is revised to read:
9
10 6-02.3(10)D4 Vacant
11 •
12 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing
13 In the third subparagraph of the first paragraph,the last sentence is revised to read:
I 14
15 The Contractor shall texture the bridge deck surface to within 3-inches minimum and
16 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum
17 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches
I
18 maximum of the perimeter of bridge drain assemblies.
19
20 6-02.3(10)F Bridge Approach Slab Orientation and Anchors
I 21 The second to last paragraph is revised to read:
22
23 The compression seal shall be a 2% inch wide gland and shall conform to Section 9-
111 24
25 04.1(4).
26 The last paragraph is deleted.
27
I 28 6-02.3(13)A Strip Seal Expansion Joint System
29 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE
30 AMS Standard 595".
I 31
32 6-02.3(13)B Compression Seal Expansion Joint System
33 The first paragraph is revised to read:
I 34
35 Compression seal glands shall conform to Section 9-04.1(4) and be sized as shown in
36 the Plans.
37
I 38 6-02.3(23) Opening to Traffic
39 This section is supplemented with the following new paragraph:
40
I 41
42 After curing bridge approach slabs in accordance with Section 6-02.3(11),the
bridge approach slabs may be opened to traffic when a minimum compressive strength
43 of 2,500 psi is achieved.
44
I
45 6-02.3(24)C Placing and Fastening
46 This section is revised to read:
47
I
48
49 The Contractor shall position reinforcing steel as the Plans require and shall ensure that
the steel is set within specified tolerances. Adjustments to reinforcing details outside of
50 specified tolerances to avoid interferences and for other purposes are acceptable when
I
51
52 approved by the Engineer.
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 When spacing between bars is 1 foot or more, they shall be tied at all intersections.
2 When spacing is less than 1 foot, every other intersection shall be tied. If the Plans
3 require bundled bars, they shall be tied together with wires at least every 6 feet. All
4 epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections,
5 however they may be tied at alternate intersections when spacing is less than 1 foot in
6 each direction and they are supported by continuous supports meeting all other
7 requirements of supports for epoxy-coated bars. Other epoxy-coated bars shall also be
8 tied at all intersections, but shall be tied at alternate intersections when spacing is less
9 than 1 foot in each direction.Wire used for tying epoxy-coated reinforcing steel shall be
10 plastic coated.Tack welding is not permitted on reinforcing steel.
11
I
12 Abrupt bends in the steel are permitted only when one steel member bends around
13 another. Vertical stirrups shall pass around main reinforcement or be firmly attached to
14 it.
15
16 For slip-formed concrete, the reinforcing steel bars shall be tied at all intersections and
17 cross braced to keep the cage from moving during concrete placement. Cross bracing
18 shall be with additional reinforcing steel. Cross bracing shall be placed both 11119 longitudinally and transversely.
20
21 After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip- •
22 form concrete placement, the Contractor shall check clearances and reinforcing steel
23 bar placement. This check shall be accomplished by using a template or by operating
24 the slip-form machine over the entire length of the traffic or pedestrian barrier. All
25 clearance and reinforcing steel bar placement deficiencies shall be corrected by the
26 Contractor before slip-form concrete placement.
27
28 Precast concrete supports (or other accepted devices) shall be used to maintain the
29 concrete coverage required by the Plans.The precast concrete supports shall: III
30
31 1. Have a bearing surface measuring not greater than 2 inches in either dimension,
32 and
I
33
34 2. Have a compressive strength equal to or greater than that of the concrete in which
35 they are embedded. I 36
37 In slabs,each precast concrete support shall have either: (1)a grooved top that will hold
38 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the
39 reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with
40 plastic.
41
42 Precast concrete supports may be accepted based on a Manufacturer's Certificate of
43 Compliance. -
44
45 In lieu of precast concrete supports,the Contractor may use metal or all-plastic supports
46 to hold uncoated bars. Any surface of a metal support that Will not be covered by at I
47 least'/2 inch of concrete shall be one of the following:
48
49 1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D;
I
50
51 2. Coated with plastic firmly bonded to the metal. This plastic shall be at least
52 332 inch thick where it touches the form and shall not react chemically with the
AMENDMENTS TOTHE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
I 1
2 concrete when tested in the State Materials Laboratory. The plastic shall not
shatter or crack at or above -5°F and shall not deform enough to expose the
3 metal at or below 200°F; or
4 '
I 5 3. •
Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless
6 steel chair supports are not required to be galvanized or plastic coated.
7
I
8 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by
9 one of the following:
10
I11
12 1. Metal supports coated entirely with a dielectric material such as epoxy or
plastic,
13
14 2. Other epoxy-coated reinforcing bars, or
I
15
16 3. All-plastic supports.
17
I18
19 Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
20 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete.
I 21 All-plastic supports shall have rounded seatings, shall not deform under load during
22 normal temperatures, and shall not shatter or crack under impact loading in cold
23 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the
24 bar and shall have at least 25 percent of their gross place area perforated to
I 25 compensate for the difference in the coefficient of thermal expansion between plastic
26 and concrete. The shape and configuration of all-plastic supports shall permit complete
27 concrete consolidation in and around the support.
I 28
29 A "mar is two adjacent and perpendicular layers of reinforcing steel. In bridge decks,
30 top and bottom mats shall be supported adequately enough to hold both in their proper
31 positions. If bar supports directly support, or are directly supported on No. 4 bars, they
I 32 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for
33 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports.
34 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top
I 35 mat as needed.
36
37 Unless noted otherwise,the minimum concrete cover for main reinforcing bars shall be:
I 38
393 inches to a concrete surface deposited against earth without intervening forms.
40
41 2'h inches to the top surface of a concrete bridge deck or bridge approach slab.
I 42
43 2 inches to a concrete surface when not specified otherwise in this section or in the
44 Contract documents.
I 45
46 VA inches to a concrete barrier or curb surface.
47
I
48 Except for top cover in bridge decks and bridge approach slabs, minimum concrete
49 cover to ties and stirrups may be reduced by 1/2 inch but shall not be less than 1 inch.
50 Minimum concrete cover shall also be provided to the outermost part of mechanical
51 splices and headed steel reinforcing bars.
1 52
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
1 Reinforcing steel bar location, concrete cover and clearance shall not vary more than
2 the following tolerances from what is specified in the Contract documents:
3
4 Reinforcing bar location for members 12 inches or less in thickness: ±0.25 inch
5
6 Reinforcing bar location for members greater than 12 inches in thickness: ±0.375
7 inch
8
9 Reinforcing bar location for bars placed at equal spacing within a plane: the greater
10 of either±1 inch or±1 bar diameter within the plane. The total number of bars shall
11 not be fewer than that specified. I 12
13 The clearance between reinforcement shall not be less than the greater of the bar
14 diameter or 1 inch for unbundled bars. For bundled bars, the clearance between
15 bundles shall not be less than the greater of 1 inch or a bar diameter derived from
I
16 the equivalent total area of all bars in the bundle.
17
18 Longitudinal location of bends and ends of bars:±1 inch I 19
20 Embedded length of bars and length of bar lap splices:
21
22 No. 3 through No. 11: -1 inch
23
24 No. 14 through No. 18: -2 inches
25 I 26 Concrete cover measured perpendicular to concrete surface (except for the top
27 surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25
28 inch
29
30 Concrete cover measured perpendicular to concrete surface for the top surface of
31 bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0
32 inch
I
33
34 Before placing any concrete,the Contractor shall:
35 I 36 1. Clean all mortar from reinforcement, and
37
38 2. Obtain the Engineer's permission to place concrete after the Engineer has
39 inspected the placement of the reinforcing steel. (Any concrete placed without
I
40 the Engineer's permission shall be rejected and removed.)
41
42 6-02.3(25)H Finishing
43 The last paragraph is revised to read:
44
45 The Contractor may repair defects in prestressed concrete girders in accordance with
46 Section 6-01.16. I
47
48 6-02.3(27) Concrete for Precast Units
49 The last sentence of the first paragraph is revised to read: II50
51 Type Ill portland cement or blended hydraulic cement is permitted to be used in precast
52 concrete units.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
2 6-02.3(28)B Casting •
3 In the second paragraph, the reference to Section 6-02.3(25)B is revised to read Section 6-
4 02.3(25)C.
5
6 6-02.3(28)D Contractors Control Strength
7 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read"FOP for AASHTO
' 8 T 23".
9
10 6-02.3(28)E Finishing
' 11 This section is supplemented with the following:
12
13 The Contractor may repair defects in precast panels in accordance with Section 6-
14
15 01.16.
16 6-05.AP6
17 Section 6-05, Piling
' 18 January 2, 2018
19 6-05.3(9)A Pile Driving Equipment Approval
' 20 The fourth sentence of the second paragraph is revised to read:
21
22 For prestressed concrete piles, the allowable driving stress in kips per square inch shall
' 23
24 be 0.095•vf7 plus prestress in tension, and 0.85f c minus prestress in compression,
where fc is the concrete compressive strength in kips per square inch.
25
' 26 6-07.AP6
27 Section 6-07, Painting
28 January 2, 2018
' 29 6-07.3(6)A Paint Containers
30 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
31 Standard 595".
' 32
33 6-08.AP6
34 Section 6-08, Bituminous Surfacing on Structure Decks
' 35 January 2, 2018
36 6-08.3(7)A Concrete Deck Preparation
37 The first sentence of the first paragraph is revised to read:
' 38
39 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish
40 the extent of bridge deck repair in accordance with Section 6-09.3(6).
' 41
42 6-09.AP6
43 Section 6-09, Modified Concrete Overlays
' 44 August 6, 2018
45 6-09.3 Construction Requirements
' 46 This section is supplemented with the following new subsection:
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 6-09.3(15) Sealing and Te&turing Concrete Overlay
I
2 After the requirements for checking for bond have been met, all joints and visible cracks
3 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The
4 Contractor may use compressed air to accelerate drying of the deck surface for crack
5 identification and sealing. Cracks 1/16 inch and greater in width shall receive two
following the application of HMWM, the wetted
I
6 applications of HMWM. Immediately o g pp
7
surface shall be
coated with sand for abrasive finish.
8
9 After all cracks have been filled and sealed and the HMWM resin has cured, the
10 concrete overlay surface shall receive a longitudinally sawn texture in accordance with
11 Section 6-02.3(10)D5. I 12
13 Traffic shall not be permitted on the finished concrete until it has reached a minimum
14 compressive strength of 3,000 psi as verified by rebound number determined in
15 accordance with ASTM C805 and the longitudinally sawn texture is completed.
I
16
17 6-09.3(1)B Rotary Milling Machines
18 This section is revised to read: . I 19
20 Rotary milling machines used to remove an upper layer of existing concrete overlay,
21 when present, shall have a maximum operating weight of 50,000 pounds and conform
22 to Section 6-08.3(5)B.
23
24 6-09.3(1)C Hydro-Demolition Machines
25 The first sentence of this section is revised to read:
I
26
27 Hydro-demolition machines shall consist of filtering and pumping units operating in
28 conjunction with a remote-controlled robotic device, using high-velocity water jets to I 29 remove sound concrete to the nominal scarification depth shown in the Plans with a
30 single pass of the machine, and with the simultaneous removal of deteriorated concrete.
31
I
32 6-09.3(1)D Shot Blasting Machines
33 This section, including title, is revised to read:
34 I 35 6-09.3(1)D Vacant
36
37 6-09.3(1)J Finishing Machine
38 This section is revised to read: I 39
40 The finishing machine shall meet the requirements of Section 6-02.3(10) and the
41 following requirements:
42 I
43 The finishing machine shall be equipped with augers, followed by an oscillating,
44 vibrating screed, vibrating roller tamper, or a vibrating pan, followed by a rotating
45 cylindrical double drum screed. The vibrating screed, roller tamper or pan shall be I 46 of sufficient length and width to properly consolidate the mixture. The vibrating
47 frequency of the vibrating screed, roller tamper or pan shall be variable with
48 positive control. I 49
50 6-09.3(2) Submittals
51 Item number 1 and 2 are revised to read:
52
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
I
1
2 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of
the hydro-demolition machine selected by the Contractor for use in this project to
3 scarify concrete surfaces.
4
I5 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
6 loads, and axle spacing of the rotary milling machine (if used to remove an upper
7 layer of existing concrete overlay when present).
8
9 The first sentence of item number 3 is revised to read:
10
' 11 12 A Type 2 Working Drawing of the Runoff Water Disposal Plan.
13 6-09.3(5)A General
14 The first sentence of the fourth paragraph is revised to read:
I
15 .
16 All areas of the deck that are inaccessible to the selected scarifying machine shall be
17 scarified to remove the concrete surface matrix to a maximum nominal scarification
18 depth shown in the Plans by a method acceptable to the Engineer.
19
20 This section is supplemented with the following:
I
21
22 Concrete process water generated by scarifying concrete surface and removing existing
23 concrete overlay operations shall be contained, collected, and disposed of in
24 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2)
25 Runoff Water Disposal Plan.
26
27 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines
28 This section's title is revised to read:
29
30 Testing of Hydro-Demolition Machines
31
32 The second paragraph is revised to read:
33
34 In the "sound" area of concrete, the equipment shall be programmed to remove
ii
35 concrete to the nominal scarification depth shown in the Plans with a single pass of the
36 machine.
37
' 38 6-09.3(5)D Shot Blasting
39 This section, including title, is revised to read:
40
41 6-09.3(5)D Vacant
' 42
43 6-09.3(5)E Rotomilling
44 This section, including title, is revised to read:
' 45
46 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
47 When the Contractor elects to remove the upper layer of existing concrete overlay,
48 when present, by rotomilling prior to final scarifying, the entire concrete surface of the
I ' 49 bridge deck shall be milled to remove the surface matrix to the depth specified in the
50 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of
51 the rotary milling machine shall be monitored in order to prevent the unnecessary
' 52 removal of concrete below the specified removal depth.
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
- 2 6-09.3(6) Further Deck Preparation Il
3 The first paragraph is revised to read::
4
I
5 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
6 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface.
7 The Contractor shall mark those areas of the existing bridge deck that are authorized by
8 the Engineer for further deck preparation by the Contractor. I 9
10 Item number 4 of the second paragraph is deleted.
11 I 12 The first sentence of the third paragraph is deleted.
13
14 6-09.3(6)A Equipment for Further Deck Preparation
15 This section is revised to read:
I
16
17 Further deck preparation shall be performed using either power driven hand tools
18 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section I 19 6-09.3(1)C.
20
21 6-09.3(6)B Deck Repair Preparation I 22 The second paragraph is deleted.
23
24 The last sentence of the second paragraph (after the preceding Amendment is applied) is
25 revised to read:
I
26
27 In no case shall the depth of a sawn vertical cut exceed 3/ inch or to the top of the top
28 steel reinforcing bars,whichever is less. I 29
30 The first sentence of the third to last paragraph is revised to read:
31
I
32 Where existing steel reinforcing bars inside deck repair areas show deterioration greater
33 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing
34 bars alongside the deteriorated bars in accordance with the details shown in the
35 Standard Plans.
36
37 The last paragraph is deleted.
38 t 39 6-09.3(7) Surface Preparation for Concrete Overlay
40 The first seven paragraphs are deleted and replaced with the following:
41
I
42 Following the completion of any required further deck preparation the entire lane or strip
43 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
44 material that may still be present. These materials shall be removed by detergent-
45 cleaning or other method accepted by the Engineer followed by sandblasting.
46
47 After detergent cleaning and sandblasting is completed, the entire lane or strip being
48 overlaid shall be swept clean in final preparation for placing concrete using either I 49 compressed air or vacuum machines.
50
51 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being
52 cleaned in final preparation for placing concrete shall be discontinued when final I
TI
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
I
REVISED:6-AUG-2018
I
I
I 1 preparation is begun. Scarifying and hand tool chipping shall remain suspended until
2 the concrete has been placed and the requirement for curing time has been satisfied.
3 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time
U
4
5 after the completion of concrete placing.
6 Scarification, and removal of the upper layer of concrete overlay when present, may
7 proceed during the final cleaning and overlay placement phases of the Work on
I
8
9 adjacent portions of the Structure so long as the scarification and concrete overlay
removal operations are confined to areas which are a minimum of 100 feet away from
10 the defined limits of the final cleaning or overlay placement in progress. If the
11 scarification and concrete overlay removal impedes or interferes in any way with the
12 final cleaning or overlay placement as determined by the Engineer, the,scariflcation and
13 concrete overlay removal Work shall be terminated immediately and the scarification
14 and concrete overlay removal equipment removed sufficiently away from the area being
I
15 prepared or overlaid to eliminate the conflict. If the grade is such that water and
16 contaminants from the scarification and concrete overlay removal operation will flow into
17 the area being prepared or overlaid, the scarification and concrete overlay removal
18 operation shall be terminated and shall remain suspended for the first 24 hours of curing
19 time after the completion of concrete placement.
20
I 21 6-09.3(12) Finishing Concrete Overlay
22 The third paragraph is deleted.
23
24 The last paragraph is deleted.
I 25
26 6-09.3(13) Curing Concrete Overlay
27 The first sentence of the first paragraph is revised to read:
I 28
29 As the finishing operation progresses, the concrete shall be immediately covered with a
30 single layer of clean, new or used,wet burlap.
U
31
32 The last sentence of the second paragraph is deleted.
33
34 The following two new paragraphs are inserted after the second paragraph:
I 35
36 As an alternative to the application of burlap and fog spraying described above, the
37 Contractor may propose a curing system using proprietary curing blankets specifically
I 38 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
39 Drawing consisting of details of the proprietary curing blanket system, including product
40 literature and details of how the system is to be installed and maintained.
41
I 42 The wet curing regimen as described shall remain in place for a minimum of 42-hours.
43
44 The last paragraph is deleted.
45
46 6-09.3(14) Checking for Bond
47 The first sentence of the first paragraph is revised to read:
I 48
49 After the requirements for curing have been met, the entire overlaid surface shall be
50 sounded by the Contractor, in a manner accepted by and in the presence of the
51 Engineer,to ensure total bond of the concrete to the bridge deck.
I52
111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
1 The last sentence of the first paragraph is deleted.
2
3 The second paragraph is deleted.
4
5 6-10.AP6
6 Section 6-10, Concrete Barrier
7 August 6, 2018
8 6-10.2 Materials '
9 In the first paragraph,the reference to"Portland Cement" is revised to read:
10
11
Cement 9-01
12
13 6-10.3(6) Placing Concrete Barrier
14 The first two sentences of the first paragraph are revised to read:
15
16 Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and
17 transitions shall rest on a paved foundation shaped to a uniform grade and section. The
18 foundation surface for precast concrete barriers Type 2, Type 4, Type F, precast single
19 slope barrier, and transitions shall meet this test for uniformity: When a 10-foot
20 straightedge is placed on the surface parallel to the centerline for the barrier, the
21 surface shall not vary more than'% inch from the lower edge of the straightedge.
22
23 6-11:AP6
24 Section 6-11, Reinforced Concrete Walls
25 April 2, 2018
26 6-11.2 Materials I
27 In the first paragraph,the reference to"Aggregates for Portland Cement Concrete" is revised
28 to read:
29
30
30 Aggregates for Concrete 9-03.1
31
32 6-12.AP6
33 Section 6-12, Noise Barrier Walls
34 August 6, 2018
35 6-12.2 Materials I
36 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised
37 to read:
38
39 Aggregates for Concrete 9-03.1
40
41 The first paragraph is supplemented with the following new material reference:
42
43 Noise Barrier Wall Access Door 9-06.17
44
45 6-12.3(9) Access Doors and Concrete Landing Pads
46 The second paragraph is deleted and replaced with the following:
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
' 1
2 All frame and door surfaces, except stainless steel surfaces, shall be painted in
accordance with Section 6-07.3(9). Primer shall be applied to all non-stainless steel
3 surfaces. All primer coated exposed metal surfaces shall be field painted with the
' 4
5 remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match
the color specified in the Plans or Special Provisions.
6
7 This section is supplemented with the following:
1 8
9 Access door deadbolt locks shall be capable of accepting a Best CX series core. The
10 Contractor shall furnish and install a spring-loaded construction core lock with each
' 11
12 lock. The Engineer will furnish the permanent Best CX series core for the Contractor to
install at the conclusion of the project.
13
14 6-13.AP6
' 15 Section 6-13, Structural Earth Walls
16 August 6, 2018
' 17 6-13.2 Materials
18 In the first paragraph,the reference to"Aggregates for Portland Cement Concrete" is revised
19 to read:
' 20
21 Aggregates for Concrete 9-03.1
22
' 23 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
24 Item number 1 of the sixth paragraph is revised to read:
25
26 1. Vertical dimensions shall be t 1/16 inch of the Plan dimension, and the rear height
' 27
28 shall not exceed the front height.
29 Item number 3 of the sixth paragraph is revised to read:
' 30
31 3. All other dimensions shall be±%inch of the Plan dimension.
32
33 6-14.AP6
34 Section 6-14, Geosynthetic Retaining Walls
35 April 2, 2018
36 6-14.2 Materials
37 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
38 Cement Concrete"are revised to read:
' 40
40 Cement 9-01
41 Aggregates for Concrete 9-03.1
42
' 43 6-16.AP6
44 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls
45 April 2, 2018
46 6-16.2 Materials
47 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete"is revised
' 48 to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
1
2 Aggregates for Concrete 9-03.1
3
4 6-18.AP6
5 Section 6-18, Shotcrete Facing
6 January 2, 2018
7 6-18.3(3) Testing
8 In the last sentence of the first paragraph, "AASHTO T 24" "ASTM C1604„.is revised to read
9
10 6-18.3(3)B Production Testing
11 In the last sentence, "AASHTO T 24” is revised to read"ASTM C1604".
12
13 6-18.3(4) Qualifications of Contractor's Personnel
14 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM
15 C1604".
16
17 6-19.AP6
18 Section 6-19, Shafts
19 August 6, 2018
20 6-19.2 Materials '
21 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
22 Cement Concrete"are revised to read:
23
24 Cement 9-01
25 Aggregates for Concrete 9-03.1
26
27 6-19.3(1)A Shaft Construction Tolerances
28 The last paragraph is supplemented with the following:
29 '30 The elevation of the top of the reinforcing cage for drilled shafts shall be within +6
31 inches and-3 inches from the elevation shown in the Plans.
32
33 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
34 Excavation Operations
35 The first paragraph is supplemented with the following:
36III37 In no case shall shaft excavation and casing placement extend below the bottom of
38 shaft excavation as shown in the Plans.
39
40 6-19.3(6)E Thermal Wire and Thermal Access Point(TAPS)
41 The third sentence of the third paragraph is revised to read:
42
43 The thermal wire shall extend from the bottom of the reinforcement cage to the top of
44 the shaft,with a minimum of 5-feet of slack wire provided above the top of shaft.
45
46 The following new sentence is inserted after the third sentence of the third paragraph:
47
48 All thermal wires in a shaft shall be equal lengths.
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS ,
REVISED:6-AUG-2018
1
1
1 7-02.AP7
2 Section 7-02, Culverts
3 April 2, 2018
1 4 7-02.2 Materials
5 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
1
6 Cement Concrete"are revised to read:
7
8 Cement 9-01
9 Aggregates for Concrete 9-03.1
10
11 7-02.3(6)A4 Excavation and Bedding Preparation
12 The first sentence of the third paragraph is revised to read:
I 13
14 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding
15 material, defined as granular material either conforming to Section 9-03.12(3) or to
16 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.
17
18 7-05.AP7
19 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
I20 August 6, 2018
21 7-05.3 Construction Requirements
22 The fourth sentence of the third paragraph is deleted.
23
24 7-08.AP7
25 Section 7-08, General Pipe Installation Requirements
26 April 2, 2018
27 7-08.3(3) Backfilling
I
28 The fifth sentence of the fourth paragraph is revised to read:
29
30 All compaction shall be in accordance with the Compaction Control Test of Section 2-
' 31
32 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used.
33 The following new sentences are inserted after the fifth sentence of the fourth paragraph:
34
35 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
36 request to use a test point evaluation for compaction acceptance. Test Point evaluation
37 shall be performed in accordance with SOP 738.
' 38
39 8-01.AP8
40 Section 8-01, Erosion Control and Water Pollution Control
' 41 April 2, 2018
42 8-01.1 Description
' 43 This section is revised to read:
44
45 This Work consists of furnishing, installing, maintaining, removing and disposing of best
46 management practices (BMPs), as defined in the Washington Administrative Code
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 (WAC) 173-201A, to manage erosion and water quality in accordance with these I 2 Specifications and as shown in the Plans or as designated by the Engineer.
3
4 The Contracting Agency may have a National Pollution Discharge Elimination System
5 Construction Stormwater General Permit(CSWGP)as identified in the Contract Special
I
6 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP
7 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not
8 have a CSWGP for the project but may have another water quality related permit as I 9 identified in the Contract Special Provisions or the Contracting Agency may not have
10 water quality related permits but the project is subject to applicable laws for the Work.
11 Section 8-01 covers all of these conditions. 11112
13 8-01.2 Materials
14 The first paragraph is revised to read: I 15
16 Materials shall meet the requirements of the following sections:
17
18 Corrugated Polyethylene Drain Pipe 9-05.1(6) I 19 Quarry Spalls 9-13
20 Erosion Control and Roadside Planting 9-14
21 Construction Geotextile 9-33
22 I
23 8-01.3(1) General
24 This section is revised to read:
25
I
26 Adaptive management shall be employed throughout the duration of the project for the
27 implementation of erosion and water pollution control permit requirements for the
28 current condition of the project site. The adaptive management includes the selection 1
29 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
30 implementing maintenance procedures, and other managerial practices that when used
31 singularly or in combination, prevent or reduce the release of pollutants to waters of the
32 State. The adaptive management shall use the means and methods identified in this
I
33 section and means and methods identified in the Washington State Department of
34 Transportation's Temporary Erosion and Sediment Control Manual or the Washington
35 State Department of Ecology's Stormwater Management Manuals for construction 1
36 stormwater.
37
38 The Contractor shall install a high visibility fence along the site preservation lines shown
I
39 in the Plans or as instructed by the Engineer.
40
41 Throughout the life of the project, the Contractor shall preserve and protect the
42 delineated preservation area, acting immediately to repair or restore any fencing
I
43 damaged or removed.
44
45 All discharges to surface waters shall comply with surface water quality standards as I 46 defined in Washington Administrative Code(WAC) Chapter 173-201A. All discharges to
47 the ground shall comply with groundwater quality standards WAC Chapter 173-200.
48 I 49 The Contractor shall comply with the CSWGP when the project is covered by the
50 CSWGP. Temporary Work, at a minimum, shall include the implementation of:
51
III
AMENDMENTS TO THE
2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I
I
1 1. Sediment control measures prior to ground disturbing activities to ensure all
2 discharges from construction areas receive treatment prior to discharging from
3 the site.
I 4
5 2. Flow control measures to prevent erosive flows from developing.
6
7 3. Water management strategies and pollution prevention measures to prevent
I
8 contamination of waters that will be discharged to surface waters or the
9 ground.
10
II I 4. Erosion control measures to stabilize erodible earth not being worked.
12
13 5. Maintenance of BMPs to ensure continued compliant performance.
14
I
15 6. Immediate corrective action if evidence suggests construction activity is not in
16 compliance. Evidence includes sampling data, olfactory or visual evidence
17 such as the presence of suspended sediment, turbidity, discoloration, or oil
I 18 sheen in discharges.
19
20 To the degree possible, the Contractor shall coordinate this temporary Work with
I 21 permanent drainage and erosion control Work the Contract requires.
22
23 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
24 more erodible earth than as listed below:
I 25
Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
I Mountain Crest Mountain Crest)
May 1 through 17 Acres April 1 through 17 Acres
September 30 October 31
I October 1 November 1
through April 5 Acres through March 5 Acres
30 31
26
I
27 The Engineer may increase or decrease the limits based on project conditions.
28
29 Erodible earth is defined as any surface where soils, grindings, or other materials may
I 30 be capable of being displaced and transported by rain, wind, or surface water runoff.
31
32 Erodible earth not being worked, whether at final grade or not, shall be covered within
33 the specified time period (see the table below), using BMPs for erosion control.
I 34
Western Washington '
Eastern Washington
(West of the Cascade (East of the Cascade
I Mountain Crest) Mountain Crest)
October 1 October 1
through April 2 days through June 5 days
30 maximum 30 maximum
May 1 to 7 days November 1 10 days
September 30 maximum 31 ough March maximum
I
35
' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018 •
I
1 When applicable, the Contractor shall be responsible for all Work required for I 2 compliance with the CSWGP including annual permit fees.
3
4 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
5 continue to comply with this division during the suspension.
I
6
7 Nothing in this Section shall relieve the Contractor from complying with other Contract
8 requirements. I 9
10 8-01.3(1)A Submittals
11 This section's content is deleted. I 12
13 This section is supplemented with the following new subsection:
14
I
15 8-01.3(1)A1 Temporary Erosion and Sediment Control
16 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
17 and plan sheets that meets the Washington State Department of Ecology's Stormwater
18 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC I 19 plans are not required to include plan sheets and are used on small projects that disturb
20 soil and have the potential to discharge but are not covered by the CSWGP. The
21 contract uses the term "TESC plan" to describe both TESC plans and abbreviated
22 TESC plans.When the Contracting Agency has developed a TESC plan for a Contract,
I
23 the narrative is included in the appendix to the Special Provisions and the TESC plan
24 sheets, when required, are included in the Contract Plans. The Contracting Agency
25 TESC plan will not include off-site areas used to directly support construction activity.
26
27 The Contractor shall either adopt the TESC Plan in the Contract or develop a new
28 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor
29 shall modify the TESC Plan to meet the Contractor's schedule, method of construction,
I
30 and to include off-site areas that will be used to directly support construction activity
31 such as equipment staging yards, material storage areas, or borrow areas. Contractor
32 TESC Plans shall include all high visibility fence delineation shown on the Contracting
I
33 Agency Contract Plans. All TESC Plans shall meet the requirements of the current
34 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
35 adaptively managed as needed throughout construction based on site inspections and I 36 discharge samples to maintain compliance with the CSWGP. The Contractor shall
37 develop a schedule for implementation of the TESC work and incorporate it into the
38 Contractor's progress schedule.
39 I
40 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and
41 implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
42 updated TESC Plans shall be submitted as Type 1 Working Drawings. I 43
44 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
45 This section is revised to read:
46
47 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
48 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate
49 of Training in Construction Site Erosion and Sediment Control from a course approved I 50 by the Washington State Department of Ecology. The ESC Lead must be onsite or on
51 call atall times throughout construction. The ESC Lead shall be listed on the
52 Emergency Contact List required under Section 1-05.13(1).
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I
I
1
2 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
3 limited to:
I
4
5 1. Installing, adaptively managing, and maintaining temporary erosion and
6 sediment control BMPs to assure continued performance of their intended
7 function. Damaged or inadequate BMPs shall be corrected immediately.
I 8
9 2. Updating the TESC Plan to reflect current field conditions.
10
I11
12 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to
the Washington State Department of Ecology in accordance with the CSWGP.
13
14 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the
I
15 Site Log Book or portion thereof is electronically developed, the electronic
16 documentation must be accessible onsite. As a part of the Site Log Book, the
17 Contractor shall develop and maintain a tracking table to show that identified
I 18 TESC compliance issues are fully resolved within 10 calendar days. The table
19 shall include the date an issue was identified, a description of how it was
20 resolved, and the date the issue was fully resolved.
1 21
22 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
23 erosion and sediment control BMPs, and all stormwater discharge points at least once
24 every calendar week and within 24-hours of runoff events in which stormwater
I
25 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
26 reduced to once every calendar month. The Washington State Department of Ecology's
27 Erosion and Sediment Control Site Inspection Form, located at
I
28 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-
29 permits/Construction-stormwater-permit, shall be completed for each inspection and a
30 copy shall besubmitted to the Engineer no later than the end of the next working day
31 following the inspection.
I
32
33 8-01.3(1)C Water Management
34 This section is supplemented with the following new subsections:
I 35
36 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water
37 Mark(OHWM)
I 38 Work over surface waters of the state (defined in WAC 173-201A-010) or below the
39 OHWM (defined in RCW 90.58.030) must comply with water quality standards for
40 surface waters of the state of Washington.
41
I
42 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
43 All equipment containing hydraulic fluid that extends from a bridge deck over surface
44 waters of the state or below the OHWM, shall be equipped with an environmentally
I
45
46 acceptable hydraulic fluid. The fluid shall meet specific requirements for
biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United
47 States Environmental Protection Agency (EPA) publication EPA800-R-11-002.
48 Acceptance shall be in accordance with Section 1-06.3, Manufacturer's Certification of
1
49 Compliance.
50
1
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills I 2 are acceptable. The Contractor shall respond to spills to land or water in accordance
3 with the Contract.
4 '
5 8-01.3(1)C7 Turbidity Curtain
6 All Work for the turbidity curtain shall be in accordance with the manufacturer's
7 recommendations for the site conditions. Removal procedures shall be developed and
8 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 1119 2 Working Drawing, detailing product information, installation and removal procedures,
10 equipment and workforce needs, maintenance plans, and emergency
11 repair/replacement plans.
12 1
13 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
p y
14 with water quality standards.
15
16 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
17 curtain.All components of the turbidity curtain shall be removed from the project.
18 I 19 8-01.3(1)C1 Disposal of Dewatering Water
20 This section is revised to read:
21
I
22 When uncontaminated groundwater is encountered in an excavation on a project it may
23 be infiltrated within vegetated areas of the right of way not designated as Sensitive
24 Areas or incorporated into an existing stormwater conveyance system at a rate that will
25 not cause erosion or flooding in any receiving surface water.
26
27 Alternatively, the Contractor may pursue independent disposal and treatment
28 alternatives that do not use the stormwater conveyance system provided it is in I 29 compliance with the applicable WACs and permits.
30
31 8-01.3(1)C2 Process Wastewater I 32 This section is revised to read:
33
34 Wastewater generated on-site as a byproduct of a construction process shall not be
35 discharged to surface waters of the State. Some sources of process wastewater may be I 36 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
37 sources of process wastewater may be disposed via independent disposal and
38 treatment alternatives in compliance with the applicable WACs and permits.
39
40 8-01.3(1)C3 Shaft Drilling Slurry Wastewater
41 This section is revised to read:
42
43 Wastewater generated on-site during shaft drilling activity shall be managed and
44 disposed of in accordance with the requirements below. No shaft drilling slurry
45 wastewater shall be discharged to surface waters of the State. Neither the sediment nor
46 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
47 detectable by visible or olfactory indication(e.g., chemical sheen or smell).
48 I
49 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be
50 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-
51 14.5(1) or shall be chitosan products listed as General Use Level Designation
52 (GULD) on the Washington State Departmenta
rtment of Ecology's's stormwater
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I
II
2 treatment technologies webpage for construction treatment. Infiltration is
permitted if the following requirements are met:
3
4 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge.
I 5
6 b. The amount of flocculant added to the slurry shall be kept to the minimum
7 needed to adequately settle out solids. The flocculant shall be thoroughly
I
8
9 mixed into the slurry.
10 c. The slurry removed from the shaft shall be contained in a leak proof cell or
III tank for a minimum of 3 hours.
12
13 d. The infiltration rate shall be reduced if needed to prevent wastewater from
14 leaving the infiltration location. The infiltration site shall be monitored
I
15
16 regularly during infiltration activity. All wastewater discharged to the
ground shall fully infiltrate and discharges shall stop before the end of
17 each work day.
I 18
19 e. Drilling spoils and settled sediments remaining in the containment cell or
20 tank shall be disposed of in accordance with Section 6-19.3(4)F.
21
in
' 22 f. Infiltration locations shall be in upland areas at least 150 feet away from
23 surface waters, wells, on-site sewage systems, aquifer sensitive recharge
24 areas, sole source aquifers, well head protection areas, and shall be
25 marked on the plan sheets before the infiltration activity begins.
26
27 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
28 Wastewater Management and Infiltration Plan as a Type 2 Working
' 29 Drawing. This Plan shall be kept on-site, adapted if needed to meet the
30 construction requirements, and updated to reflect what is being done in
31 the field. The Working Drawing shall include, at a minimum, the following
I 32
33 information:
34 i. Plan sheet showing the proposed infiltration location and all surface
I 35 waters, wells, on-site sewage systems, aquifer-sensitive recharge
36 areas, sole source aquifers, and well-head protection areas within
37 150 feet.
38
1 39 ii. The proposed elevation of soil surface receiving the wastewater for
40 infiltration and the anticipated phreatic surface(i.e., saturated soil).
41
' 42 iii. The source of the water used to produce the slurry.
43
44 iv. The estimated total volume of wastewater to be infiltrated.
45
' ' 46 v. The accepted flocculant to be used (if any).
47
48 vi. The controls or methods used to prevent surface wastewater runoff
I
49 from leaving the infiltration location.
50
I
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
1 vii. The strategy for removing slurry wastewater from the shaft and
2 containing the slurry wastewater once it has been removed from the
3 shaft.
4
5 viii. The strategy for monitoring infiltration activity and adapting methods
6 to ensure compliance.
7
8 ix. A contingency plan that can be implemented immediately if it
9 becomes evident that the controls in place or methods being used are
10 not adequate.
11
12 x. The strategy for cleaning up the infiltration location after the infiltration
13 activity is done. Cleanup shall include stabilizing any loose sediment
14 on the surface within the infiltration area generated as a byproduct of
15 suspended solids in the infiltrated wastewater or soil disturbance
16 associated with BMP placement and removal.
17
18 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives
19 not allowed for infiltration shall be contained and disposed of by the Contractor
20 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils
21 that have come into contact with mineral slurry shall be disposed of in
22 accordance with Section 6-19.3(4)F.
23
24 8-01.3(1)C4 Management of Off-Site Water
25 This section is revised to read:
26
27 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site
28 surface water and overland flow that will run-on to the project. Off-site surface water
29 run-on shall be diverted through or around the project in a way that does not introduce
30 construction related pollution. It shall be diverted to its preconstruction discharge
31 location in a manner that does not increase preconstruction flow rate and velocity and
32 protects contiguous properties and waterways from erosion. The Contractor shall submit
33 a Type 2 Working Drawing consisting of the method for performing this Work.
34
35 8-01.3(1)E Detention/Retention Pond Construction
36 This section is revised to read:
37
38 Whether permanent or temporary, ponds shall be constructed before beginning other
39 grading and excavation Work in the area that drains into that pond. Detention/retention 111
40 ponds may be constructed concurrently with grading and excavation when allowed by
41 the Engineer. Temporary conveyances shall be installed concurrently with grading in
42 accordance with the TESC Plan so that newly graded areas drain to the pond as they
43 are exposed.
44
45 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
46 In the table,the second column heading is revised to read:
47
48 Eastern Washington'
49 (East of the Cascade Mountain Crest) 111
50
51 Footnote 1 in the table is revised to read:
52 1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
I
Ii Seeding may be allowed outside these dates when allowed or directed by the Engineer.
2
3 8-01.3(5) Plastic Covering
I 4 The first sentence of the first paragraph is revised to read:
5
6 Erosion Control — Plastic coverings used to temporarily cover stockpiled materials,
7 slopes or bare soils shall be installed and maintained in a way that prevents water from
I 8 intruding under the plastic and prevents the plastic cover from being damaged by wind.
9
10 8-01.3(7) Stabilized Construction Entrance
I 11 The first paragraph is revised to read:
12
13 Temporary stabilized construction entrance shall be constructed in accordance with the
14 Standard Plans, prior to construction vehicles entering the roadway from locations that
I
15 generate sediment track out on the roadway. Material used for stabilized construction
16 entrance shall be free of extraneous materials that may cause or contribute to track out.
17
I
18 8-01.3(8) Street Cleaning
19 This section is revised to read:
20
I 21 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
22 debris from the Roadway. The street sweeper shall effectively collect these materials
23 and prevent them from being washed or blown off the Roadway or into waters of the
24 State. Street sweepers shall not generate fugitive dust and shall be designed and
I
25 operated in compliance with applicable air quality standards. Material collected by the
26 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C.
27 .
I 28 When allowed by the Engineer, power broom sweepers may be used in non-
29 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris
30 from the roadway into the work area. The swept material shall be prevented from
I 31 entering or washing into waters of the State.
32
33 Street washing with water will require the concurrence of the Engineer.
34
I 35 8-01.3(12) Compost Socks
36 The first two sentences of the first paragraph are revised to read:
37
I 38 Compost socks are used to disperse flow and sediment. Compost socks shall be
39 installed as soon as construction will allow but before flow conditions create erosive
40 flows or discharges from the site. Compost socks shall be installed prior to any mulching
41 or compost placement.
I 42
43 8-01.3(13) Temporary Curb
44 The second to last sentence of the second paragraph is revised to read:
I 45
46 Temporary curbs shall be a minimum of 4 inches in height.
47
I 48 8-01.3(14) Temporary Pipe Slope Drain
49 The third and fourth paragraphs are revised to read:
50
51 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
i ' 52 wood stakes, sand bags, or as allowed by the Engineer.
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
2 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
3 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
4 water quality compliance. ,
5
6 The last paragraph is deleted.
7
8 8-01.3(15) Maintenance
9 This section is revised to read:
10
11 Erosion and sediment control BMPs shall be maintained or adaptively managed as
12 required by the CSWGP until the Engineer determines they are no longer needed.
13 When deficiencies in functional performance are identified, the deficiencies shall be
14 rectified immediately.
15
16 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for
17 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired
18 immediately.
19
20 In areas where the Contractor's activities have compromised the erosion control
21 functions of the existing grasses, the Contractor shall overseed at no additional cost to
22 the Contracting Agency.
23
24 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
25 maintain voids between the spalls for collecting mud and dirt.
26
27 Unless otherwise specified, when the depth of accumulated sediment and
28 debris reaches approximately '/ the height of the BMP the deposits shall be removed.
29 Debris or contaminated sediment shall be disposed of in accordance with Section 2-
30 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the
31 Engineer.
32
33 8-01.3(16) Removal
34 This section is revised to read:
35
36 The Contractor shall remove all temporary BMPs, all associated hardware and
37 associated accumulated sediment deposition from the project limits prior to Physical
38 Completion unless otherwise allowed by the Engineer. When the temporary BMP
39 materials are made of natural plant fibers unaltered by synthetic materials the Engineer
40 may allow leaving the BMP in place.
41
42 The Contractor shall remove BMPs and associated hardware in a way that minimizes
43 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
44 after removal of BMPs. If the installation and use of the erosion control BMPs have
45 compacted or otherwise rendered the soil inhospitable to plant growth, such as I 46 construction entrances, the Contractor shall take measures to rehabilitate the soil to
47 facilitate plant growth. This may include, but is not limited to, ripping the soil,
48 incorporating soil amendments, or seeding with the specified seed.
49
50 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
51 may be transferred back to the Contracting Agency. Approval of the Transfer of
52 Coverage request will require the following: '
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
2 1. All other Work rtquired for Contract Completion has been completed.
3
4 2. All Work required for compliance with the CSWGP has been completed to the
I
5 maximum extent possible. This includes removal of BMPs that are no longer
6 needed and the site has undergone all Stabilization identified for meeting the
7 requirements of Final Stabilization in the CSWGP.
8
9 3. An Equitable Adjustment change order for the cost of Work that has not been
10 completed by the Contractor.
11
I 12 4. Submittal of the Washington State Department of Ecology Transfer of
13 Coverage form(Ecology form ECY 020-87a)to the Engineer.
14
I
15
16 If the Engineer approves the transfer of coverage back to the Contracting Agency, the
requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of
17 Termination form to the Washington State Department of Ecology will not apply.
I 18
19 8-01.4 Measurement
20 This section's content is deleted and replaced with the following new subsections:
21
I 22 8-01.4(1) Lump Sum Bid for Project(No Unit Items)
23 When the Bid Proposal contains the item "Erosion Control and Water Pollution
24 Prevention" there will be no measurement of unit or force account items for Work
III
25
26 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also,
except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are
27 deleted.
1 28
29 8-01.4(2) Item Bids
30 When the Proposal does not contain the items "Erosion Control and Water Pollution
31 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will
I32 contain some or all of the following items measured as noted.
33
34 ESC lead will be measured per day for each day that an inspection is made and a
35 report is filed.
36
37 Biodegradable erosion control blanket and plastic covering will be measured by the
I
38 square yard along the ground slope line of surface area covered and accepted.
39
40 Turbidity curtains will be measured by the linear foot along the ground line of the
41 installed curtain.
I42
43 Check dams will be measured per linear foot one time only along the ground line of
44 the completed check dam. No additional measurement will be made for check
I
45
46 dams that are required to be rehabilitated or replaced due to wear.
47 Stabilized construction entrances will be measured by the square yard by ground
48 slope measurement for each entrance constructed. .
I 49
50 Tire wash facilities will be measured per each for each tire wash installed.
51
' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
' 1
1
1 Street cleaning will be measured by the hour for the actual time spent cleaning
2 pavement, refilling with water, dumping and transport to and from cleaning
3 locations within the project limits, as authorized by the Engineer. Time to mobilize
4 the equipment to or from the project limits on which street cleaning is required will
5 not be measured.
6
7 Inlet protections will be measured per each for each initial installation at a
8 drainage structure.
9
10 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
11 the linear foot along the ground line of the completed barrier.
12
13 Wattles and compost socks will be measured by the linear foot.
14
15 Temporary curbs will be measured by the linear foot along the ground line of the
16 completed installation.
17
18 Temporary pipe slope drains will be measured by the linear foot along the flow line
19 of the pipe.
20
21 Coir logs will be measured by the linear foot along the ground line of the completed
22 installation.
23
24 Outlet protections will be measured per each initial installation at an outlet location.
25
26 Tackifiers will be measure by the acre by ground slope measurement.
27
28 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
29 Pollution Prevention 111
30 The Contract Provisions may establish the project as lump sum, in accordance with
31 Section 8-01.4(1) and also include one or more of the items included above in Section
32 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-
33 01.4(2) is not deleted and the Work under that item will be measured as specified.
34
35 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
36 Prevention
37 Compost blanket will be measured by the square yard by ground slope surface area
38 covered and accepted.
39 '
40 Mulching will be measured by the acre by ground slope surface area covered and
41 accepted.
42
43 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by
44 ground slope measurement.
45
46 Seeding and fertilizing by hand will be measured by the square yard by ground slope
47 measurement. No adjustment in area size will be made for the vegetation free zone
48 around each plant.
49
50 Fencing will be measured by the linear foot along the ground line of the completed
51 fence.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1111
I
I 1 8-01.5 Payment
2 This section's content is deleted and replaced with the following new subsections:
3
I 4 8-01.5(1) Lump Sum Bid for Project(No Unit Items)
5 Payment will be made for the following Bid item when it is included in the Proposal:
6
7 "Erosion Control and Water Pollution Prevention", lump sum.
I 8
9 The lump sum Contract price for "Erosion Control and Water Pollution Prevention"
10 shall be full pay to perform the Work as described in Section 8-01 except for costs
Ii 1 compensated by Bid Proposal items inserted through Contract Provisions as
12 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion
13 Control and Water Pollution Prevention"will be made as follows:
14
I
15 1. The Contracting Agency will pay 15 percent of the bid amount for the
16 initial set up for the item. Initial set up includes the following:
17
I
18
19 a. Acceptance of the TESC Plan provided by the Contracting Agency or
submittal of a new TESC Plan,
20
I
21
22 b. Submittal of a schedule for the installation of the BMPs, and
23 c. Identifying water quality sampling locations.
24
I
25 2. 70 percent of the bid amount will be paid in accordance with Section 1-
26 09.9.
27
I
28
29 3. Once the project is physically complete and copies of the all reports
submitted to the Washington State Department of Ecology have been
30 submitted to the Engineer, and, if applicable, transference of the CSWGP
31 back to the Contracting Agency is complete, the remaining 15 percent of
I
32 the bid amount shall be paid in accordance with Section 1-09.9.
33
34 8-01.5(2) Item Bids
I
35
36 "ESC Lead", per day.
37 "Turbidity Curtain", per linear foot.
38
I 39 "Biodegradable Erosion Control Blanket", per square yard.
40
41 "Plastic Covering", per square yard.
I 42
43 "Check Dam", per linear foot.
44
' 45 46 "Inlet Protection", per each.
47 "Gravel Filter Berm", per linear foot.
48
I
49 "Stabilized Construction Entrance", per square yard.
50
51 "Street Cleaning", per hour.
I52
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
1 "Silt Fence", per linear foot.
2 1 .
3 "Wood Chip Berm", per linear foot.
4
5 "Compost Berm", per linear foot.
I
6
7 'Wattle", per linear foot.
8
I
9 "Compost Sock", per linear foot.
10
11 "Coir Log", per linear foot.
12
13 "Temporary Pe
Curb„ per linear foot.
14
15 "Temporary Pipe Slope Drain", per linear foot. t
16 .
17 "Temporary Seeding", per acre.
18
19 "Outlet Protection", per each.
20
21 "Tackifier", per acre.
22
23 "ErosionNVater Pollution Control", by force account as provided in Section 1-09.6.
24
25 Maintenance and removal of erosion and water pollution control devices including
I
26 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed
27 by these activities, and any additional Work deemed necessary by the Engineer to
28 control erosion and water pollution will be paid by force account in accordance with I 29 Section 1-09.6.
30
31 To provide a common Proposal for all Bidders, the Contracting Agency has entered an
32 amount in the Proposal to become a part of the Contractor's total Bid.
I
33
34 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
35 Pollution Prevention I 36 The Contract may establish the project as lump sum, in accordance with Section 8-
37 01.4(1) and also reinstate the measurement of one or more of the items described in
38 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
39 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted
40 and the Work under that item will be paid as specified.
41.
42 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 1
43 Prevention
44 Payment will be made for each of the following Bid items when they are included in the
1 45 Proposal: I 46
47 "Compost Blanket", per square yard.
48
49 "Mulching", per acre
I
50
51 "Mulching with PAM", per acre
52 I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
I
1
2 "Mulching with Short-Term Mulch", per acre.
3 "Mulching with Moderate-Term Mulch", per acre.
4
I 5 "Mulching with Long-Term Mulch", per acre.
6
7 "Seeding, Fertilizing and Mulching", per acre.
I 8
9 "Seeding and Fertilizing", per acre.
I 10
I11 "Seeding and Fertilizing by Hand",per square yard.
12
13 "Second Application of Fertilizer", per acre.
14
I
15
16 "Liming", per acre.
17 "Mowing", per acre.
I 18
19 "Seeding and Mulching", per acre.
20
I
21 "High Visibility Fence", per linear foot.
22
23 8-02.AP8
24 Section 8-02, Roadside Restoration
I25 January 2, 2018
26 8-02.2 Materials
' 27 The reference to the material "Soil" is revised to read"Topsoil".
28
29 8-02.5 Payment
I 30 The following new paragraph is inserted following the Bid item "Plant Selection ", per
31 each:
32
33 The unit Contract price for "Plant Selection ", per each shall be full pay for all Work
I 34 to perform the work as specified within the planting area prior to planting for weed
35 control, planting area preparation and installation of plants with initial watering.
36
I
37 The paragraph following the Bid item"PSIPE_", per each is revised to read:
38
39 The unit Contract price for "PSIPE ", per each, shall be full pay for all Work to
40 perform the work as specified within the planting area for weed control and planting
I 41 area preparation, planting, cleanup, and water necessary to complete planting
42 operations as specified to the end of first year plant establishment.
43
44 8-04.AP8
45 Section 8-04, Curbs, Gutters, and Spillways
46 April 2, 2018
47 8-04.2 Materials
48 In the first paragraph, the reference to"Portland Cement"is revised to read:
49
I50 Cement 9-01
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
1
2 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
3 The first paragraph is supplemented with the following:
4
5 Roundabout truck apron cement concrete curb and gutter shall be constructed with air
6 entrained concrete Class 4000 conforming to the requirements of Section 6-02.
7
8 8-06.AP8
9 Section 8-06, Cement Concrete Driveway Entrances
10 April 2, 2018
11 8-06.2 Materials 1
12 In the first paragraph,the reference to"Portland Cement" is revised to read:
13
14 Cement 9-01
15
16 8-06.3 Construction Requirements
17 The first paragraph is revised to read:
18
19 Cement concrete driveway approaches shall be constructed with air entrained concrete
20 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or
21 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of
22 Section 5-05.
23
24 8-07.AP8
25 Section 8-07, Precast Traffic Curb
26 April 2, 2018
27 8-07.3(1) Installing Curbs
28 The first sentence of the first paragraph is revised to read:
29
30 The curb shall be firmly bedded for its entire length and breadth on a mortar bed
31 conforming to Section 9-20.4(3) composed of one part Portland cement or blended
32 hydraulic cement and two parts sand.
33
34 The fourth paragraph is revised to read:
35
36 All joints between adjacent pieces of curb except joints for expansion and/or drainage I
37 as designated by the Engineer shall be filled with mortar composed of one part Portland
38 cement or blended hydraulic cement and two parts sand.
39
40 8-11.AP8
41 Section 8-11, Guardrail
42 August 6, 2018
43 8-11.3(1)C Terminal and Anchor Installation
44 The first paragraph is revised to read:
45
46 All excavation and backfilling required for installation of anchors shall be performed in
47 accordance with Section 2-09, except that the costs thereof shall be included in the unit
48 Contract price for the anchor installed.
•
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
111 1
Ii
2 The first sentence of the second to last paragraph is revised to read:
3
4 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail
1 5 shall be supervised at all times by a manufacturer's representative, or an installer who
6 has been trained and certified by the manufacturer.
7
I 8 The last paragraph is revised to read:
9
10 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test
11 and evaluation criteria in the Manual for Assessing Safety Hardware(MASH).
1 12
13 8-11.4 Measurement
14 The third paragraph is revised to read:
I
15
16 Measurement of beam guardrail terminal will be per each for the
17 completed terminal.
I
18
19 The fourth paragraph is revised to read:
20
21 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot
22 for the completed terminal.
23
24 The sixth paragraph is revised to read:
I 25
26 Measurement of beam guardrail anchor Type 10 will be per each for the completed
27 anchor, including the attachment of the anchor to the guardrail.
128
29 8-11.5 Payment
30 The Bid item "Beam Guardrail Anchor Type ", per each is revised to read "Beam
31 Guardrail Anchor Type 10", per each.
I 32
33 The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this
34 section.
1 35
36 The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following
37 paragraph are revised to read:
I 38
39 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
40
41 The unit Contract price per linear foot for "Beam Guardrail Type 31 Buried Terminal
42 Type 2" shall be full payment for all costs to obtain and provide materials and perform
I 43 the Work as described in Section 8-11.3(1)C.
44
I 45 8-14.AP8
46 Section 8-14, Cement Concrete Sidewalks
47 April 2, 2018
1 48 8-14.2 Materials
49 In the first paragraph,the reference to"Portland Cement" is revised to read:
50
I51 Cement 9-01
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
2 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE
3 AMS Standard 595".
4
1
5 8-16.AP8
6 Section 8-16, Concrete Slope Protection
7 April 2, 2018
8 8-16.2 Materials
9 In the first paragraph,the last two material references are revised to read:
10
11 Poured Portland Cement or Blended Hydraulic Cement
12 Concrete Slope Protection 9-13.5(2)
13 Pneumatically Placed Portland Cement or Blended
14 Hydraulic Cement Concrete Slope Protection 9-13.5(3)
15
16 8-17.AP8
17 Section 8-17, Impact Attenuator Systems
18 August 6, 2018
19 8-17.3 Construction Requirements
20 This section is supplemented with the following:
21
22 Impact attenuators shall meet the crash test and evaluation criteria of NCHRP 350 or
23 the Manual for Assessing Safety Hardware(MASH).
24
25 8-20.AP8
26 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
27 Systems, and Electrical
28 August 6, 2018
29 8-20.1(1) Regulations and Code i
30 The last paragraph is revised to read:
31 I 32 Persons performing electrical Work shall be certified in accordance with and supervised
33 as required by RCW 19.28.161. Proof of certification shall be worn at all times in
34 accordance with WAC 296-46B-942. Persons failing to meet these certification
35 requirements may not perform any electrical work, and shall stop any active electrical
36 work, until their certification is provided and worn in accordance with this Section.
37
38 8-20.2(2) Equipment List and Drawings
39 This section is renumbered:
40
41 8-20.2(1) Equipment List and Drawings
42
43 8-20.3(4) Foundations
44 The second sentence of the first paragraph is revised to read:
45
46 Concrete for Type II, Ill, IV, V, and CCTV signal standards and light standard
47 foundations shall be Class 4000P and does not require air entrainment.
48 '
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
' 1 8-20.3(5)A General
2 The last two sentences of the last paragraph is deleted.
3
4 This section is supplemented with the following:
5
6 All conduits shall include a pull tape with the equipment grounding conductor. The pull
7 tape shall be attached to the conduit near the end bell or grounded end bushing, or to
8 duct plugs or caps if present, at both ends of the conduit.
9
10 8-20.3(8) Wiring
' 11 The seventeenth paragraph is supplemented with the following:
12
13 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be
' 14 used.
15
16 8-20.3(14)C Induction Loop Vehicle Detectors
17 Item number 2 is deleted.
18
19 Item numbers 3 through 12 are renumbered to 2 through 11, respectively.
20
' 21 8-21.AP8
22 Section 8-21, Permanent Signing
23 January 2, 2018
1 24 8-21.3(9)F Foundations
25 Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
26
' 27 Class 4000P concrete for roadside sign structures does not require air entrainment.
28
29 9-02.AP9
30 Section 9-02, Bituminous Materials
31 April 2, 2018
32 9-02.1 Asphalt Material, General
33 The second paragraph is revised to read:
34
35 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified
36 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2
37 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
38 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the
39 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to
40 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier
41 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
42 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
43 Contract.
44
45 9-02.1(4) Performance Graded Asphalt Binder(PGAB)
' 46 This section's title is revised to read:
47
48 Performance Graded(PG)Asphalt Binder
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 The first paragraph is revised to read: I 2
3 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
4 specified in the Contract shall be used in the production of HMA. For HMA with greater
5 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt
6 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the
7 proportions of the mix design shall meet the PG asphalt binder requirements of
p p 9 P q
8 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
9
10 The second paragraph, including the table, is revised to read:
11
12 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
13 shall meet the following requirements:
14
Additional Requirements by
Performance Grade(PG)Asphalt Binders
Test PG58S- PG58H- PG58V PG64H- PG64V
Property Method 22 22 22 PG64S-28 28 28
RTFO
Residue:
Average AASHTO
Percent 30% Min. 20% Min. 25%Min. 30%Min. Il
Recovery T 3501
@3.2
kPa
1Specimen conditioned in accordance with AASHTO T 240-RTFO.
15
16 The third paragraph is revised to read: I 17
18 The RTFO Jnb;ff and the PAV direct tension specifications of AASHTO M 332 are not
19 required.
20I21 This section is supplemented with the following:
22
23 If the asphalt binder verification sample test results fail to meet AASHTO Test Method T
24 350 "Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of
25 Asphalt Binder Using a Dynamic Shear Rheometer(DSR)"for average percent recovery
26 @ 3.2 kPa for the applicable grades of binder in accordance with Section 9-02.1(4), the
27 Contracting Agency may elect to test the sample using AASHTO Test Method T 301
28 "Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a
29 Ductilometer."
30
31 When AASHTO T 301 is used, a minimum of 65% elastic recovery(ER)will be required
32 when tested at 25°C± 0.5°C.
33
34 9-02.1(6) Cationic Emulsified Asphalt
35 This section is revised to read:
36
37 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of theIl
38 grades specified in the Contract shall be used.
39
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS 1
REVISED:6-AUG-2018
I
I
1 9-02.5 Warm Mix Asphalt(WMA) Additive
2 This section, including title, is revised to read:
3
4 9-02.5 HMA Additive
I
5 Additives for HMA shall be accepted by the Engineer.
6
7 9-03.AP9
I 8 Section 9-03, Aggregates
9 August 6, 2018
I
10 9-03.1 Aggregates for Portland Cement Concrete
11 This section's title is revised to read:
12
Aggregates for Concrete
I13
14
15 9-03.1(1) General Requirements
16 The first two sentences of the first paragraph are revised to read:
I 17
18 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel
19 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if
20 it complies with the specifications for concrete.
21
22 The second paragraph(up until the colon)is revised to read:
23
1 24 Aggregates for concrete shall meet the following test requirements:
25
26 The second sentence of the second to last paragraph is revised to read:
I 27
28 The Contractor shall submit test results according to ASTM C1567 through the Engineer
29 to the State Materials Laboratory that demonstrate that the proposed fly ash when used
30 with the proposed aggregates and cement will control the potential expansion to 0.20
31 percent or less before the fly ash and aggregate sources may be used in concrete.
32
33 9-03.1(2) Fine Aggregate for Portland Cement Concrete
I 34 This section's title is revised to read:
35
36 Fine Aggregate for Concrete
I 37
38 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
39 This section's title is revised to read:
40
I
41 Coarse Aggregate for Concrete
42
43 9-03.1(4)C Grading
I 44 The first paragraph (up until the colon) is revised to read:
45
46 Coarse aggregate for concrete when separated by means of laboratory sieves shall
I
47
48 conform to one or more of the following gradings as called for elsewhere in these
Specifications, Special Provisions, or in the Plans:
49
I
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I .
1 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
2 This section's title is revised to read:
3
4 Combined Aggregate Gradation for Concrete
5
6 9-03.1(5)B Grading
7 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
8 "FOP for WAQTC/AASHTO T 27/T 11".
9
10 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar
11 This section's title is revised to read:
12
13 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar
14
15 The first sentence of the first paragraph is revised to read:
I
16
17 Fine aggregate for portland cement or blended hydraulic cement mortar shall,consist of
18 sand or other inert materials, or combinations thereof, accepted by the Engineer, having
19 hard, strong, durable particles free from adherent coating.
20
21 9-03.4(1) General Requirements
22 The first paragraph (up until the colon)is revised to read:
23
24 Aggregate for bituminous surface treatment shall be manufactured from ledge rock,
25 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface
26 Treatment shall meet the following test requirements:
27
28 9-03.8(1) General Requirements
29 The first paragraph(up until the colon) is revised to read:
30
31 Aggregates for Hot Mix Asphalt shall meet the following test requirements: I 32
33 9-03.8(2) HMA Test Requirements
34 The two tables in the second paragraph are replaced with the following three tables:
35
HMA Class
Mix Criteria VE,inch %inch Y4 inch 1 inch
Min. Max. Min. _ Max. Min. _ Max. Min. Max.
Voids in Mineral 15.0 14.0 13.0 12.0
Aggregate(VMA),%
Voids Filled With Asphalt(VFA),% I ESAL's(millions) VFA
<0.3 70 80 70 80 70 80 67 80
0.3 to<3 65 78 65 78 65 78 65 78
z 3 73 76 65 75 65 75 65 75
Dust/Asphalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6
36
Test Method ESAL's(millions) Number of Passes
Hamburg Wheel-Track Testing,FOP for <0.3 10,000
AASHTO T 324 Minimum Number of
Passes with no Stripping Inflection Point 0.3 to<3 12,500
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS I
REVISED:6-AUG-2018
I ,
1 and Maximum Rut Depth of 10mm >3 15,000
Indirect Tensile(IDT)Strength(psi)of Bituminous Materials FOP for ASTM D6931 175 Maximum
1 •
I _ ESAL's(millions) N initial
<0.3 <_91.5 N design N maximum
96.0 <_98.0
%Gmm 0.3 to<3 s 90.5 96.0 s 98.0
>_3 <_89.0 96.0 <_98.0
' Gyratory Compaction <0.3 6 50 75
(number of gyrations) 0.3 to<3 7 75 115
1 >3 8 100 160
2
3 9-03.8(7) HMA Tolerances and Adjustments
1 4 In the table in item number 1,the fifth row is revised to read:
I 5
Asphalt binder -0.4%to 0.5% ±0.7%
6
I 7 In the table in item number 1, the following new row is inserted before the last row:
8
Voids in Mineral -1.5%
I9 Aggregate,VMA
10 9-03.9(1) Ballast
11 The second paragraph (up until the colon) is revised to read:
I 12
13 Aggregates for ballast shall meet the following test requirements:
14
II 15 9-03.14(4) Gravel Borrow for Structural Earth Wall
16 The second sentence of the first paragraph is revised to read:
17
I 18 The material shall be substantially free of shale or other soft, poor durability particles,
19 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble,
20 or asphaltic concrete rubble.
21
22 9-03.21(1)E Table on Maximum Allowable percent(By Weight) of Recycled
1 23 Material
24 "Portland Cement" is deleted from the first two rows in the table.
I 25
26 The first column of the third row is revised to read:
27
28 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
29
30 9-04.AP9
31 Section 9-04, Joint and Crack Sealing Materials
1 32 April 2, 2018
33 9-04.1(2) Premolded Joint Filler for Expansion Joints
I 34 In this section, each reference to"AASHTO T 42" is revised to read"ASTM D 545".
35
36 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
37 This section is supplemented with the following:
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
2 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
3 where cement concrete pavement abuts a bituminous pavement.
4
5 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
6 This section is supplemented with the following:
7
8 Hot poured sealant for bituminous pavement is acceptable for installations in joints
9 where cement concrete pavement abuts a bituminous pavement.
10
11 9-04.2(1)B Sand Slurry for Bituminous Pavement
12 Item number 2 of the first paragraph is revised to read:
13
14 2. Two percent portland cement or blended hydraulic cement, and
15
16 9-04.3 Joint Mortar
17 The first paragraph is revised to read:
18
19 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one
20 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient
21 water to allow proper workability.
22
23 9-05.AP9
24 Section 9-05, Drainage Structures and Culverts
25 April 2, 2018
26 9-05.3(1)C Age at Shipment
9 p
27 The last sentence of the first paragraph is revised to read:
28
29 Unless it is tested and accepted at an earlier age, it shall not be considered ready for
30 shipment sooner than 28 days after manufacture when made with Type II portland
31 cement or blended hydraulic cement, nor sooner than 7 days when made with Type Ill
32 portland cement.
33
34 9-06.AP9 I
35 Section 9-06, Structural Steel and Related Materials
36 August 6, 2018
37 9-06.5 Bolts I
38 This section's title is revised to read:
39
40 Bolts and Rods
41
42 9-06.5(4) Anchor Bolts
43 This section, including title, is revised to read:
44
45 9-06.5(4) Anchor Bolts and Anchor Rods
46 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
47 otherwise specified, shall be Grade 105 and shall conform to Supplemental
48 Requirements S2, S3, and S4.
49
i
•
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS ,
REVISED:6-AUG-2018
I
1 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
2 ASTM A563, Grade D or OH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts
3 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292,
4 Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing
I
5 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or
6 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH.
7 Washers shall conform to ASTM F436.
I 8
9 The bolts and rods shall be tested by the manufacturer in accordance with the
10 requirements of the pertinent Specification and as specified in these Specifications.
Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the
I11 12 project site. The Contractor shall submit to the Engineer for acceptance a
13 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and
14 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the
15 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for
16 testing.
17
18 All bolts, rods, nuts, and washers shall be marked and identified as required in the
19 pertinent Specification.
20
21 9-06.17 Vacant
22 This section, including title, is revised to read:
23
24 9-06.17 Noise Barrier Wall Access Door
I 25 Access door frames shall be formed of 14-gauge steel to the size and dimensions
26 shown in the Plans.The access door frame head and jamb members shall be mitered,
27 securely welded, and ground smooth. Each head shall have two anchors and each jamb
it
28 shall have three anchors. The hinges shall be reinforced with 14-inch by 12-inch plate,
111
29 width equal to the full inside width of the frame.
30
31 Access doors shall be full flush 13/-inch thick seamless doors with a polystyrene core.
I
32 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-
33 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating
34 Designation AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge
35 seam. The top and bottom of the door shall be enclosed with 14-gauge channels.
I 36 Mortise and reinforcement for locks and hinges shall be 10-gauge steel.Welded top cap
37 shall be ground and filled for exterior applications. The bottom channel shall have weep
38 holes.
I 39
40 Each access door shall have three hinges. Access door hinges shall be ASTM A 276
41 Type 316 stainless steel, 4-1A-inches square, with stainless steel ball bearing and non-
I 42 removable pins.
43
44 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type
45 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length.
I 46
47 The door assembly shall be fabricated and assembled as a complete unit including all
48 hardware specified prior to shipment.
I 49
50 9-06.18 Metal Bridge Railing
51 The second sentence of the first paragraph is revised to read:
1 52
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I .
I
1 Steel used for metal railings, when galvanized after fabrication in accordance with
2 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or
3 0.15 to 0.25 percent.
4
5 9-07.AP9 I
6 Section 9-07, Reinforcing Steel
7 April 2, 2018
8 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and •
9 Cement Concrete Pavement Rehabilitation)
10 The first paragraph (up until the colon) is revised to read:
11
12 Corrosion resistant dowel bars shall be 1'h inch outside diameter plain round steel bars
13 or tubular bars 18 inches in length and meet the requirements of one of the following:
14
15 Item number 4 and 5 of the first paragraph are revised to read:
16
17 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete
18 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade 111
19 100 or Alloy Type CS Grade 120.
20 1 21 5. Zinc Clad dowel bars shall be 1% inch solid bars or tubular bars with 1.695 inch
22 outside diameter by 0.120 inch wall and shall have a minimum 0.035 inch A710
23 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical
24 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A710 Zinc
25 shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 0.1-0.25
26 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each end of
27 tubular bars shall be plugged using a snug-fitting insert to prohibit any intrusion of
28 concrete or other materials.
29
30 9-08.AP9
31 Section 9-08, Paints and Related Materials
32 January 2, 2018
33 9-08.1(2)K Orange Equipment Enamel
34 In the second sentence of the first paragraph, the reference to "Federal Standard 595" is
35 revised to read"SAE AMS Standard 595".
36
37 9-08.1(8) Standard Colors
38 In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS
39 Standard 595".
40
41 9-13.AP9
42 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion
43 and Scour Protection and Rock Walls
44 April 2, 2018
45 9-13.1(1) General
46 The last paragraph is revised to read:
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
He
III
I 1
2 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other
defects tending to destroy its resistance to weather and shall meet the following test
3 requirements:
4
I 5 9-13.5 Concrete Slope Protection
6 This section is revised to read:
7
I 8 Concrete slope protection shall consist of reinforced portland cement or blended
9 hydraulic cement concrete poured or pneumatically placed upon the slope with a
10 rustication joint pattern or semi-open concrete masonry units placed upon the slope
' 11 12 closely adjoining each other.
13 9-13.5(2) Poured Portland Cement Concrete Slope Protection
14 This section's title is revised to read:
15
16 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection
17
18 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
19 This section's title is revised to read:
20
I 21 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete
22 Slope Protection
23
24 The first paragraph is revised to read:
I 25
26 Cement — This material shall be portland cement or blended hydraulic cement as
27 specified in Section 9-01.
I 28
29 9-13.7(1) Rock for Rock Walls and Chinking Material
30 The first paragraph (up until the colon) is revised to read:
31
I32 Rock for rock walls and chinking material shall be hard, sound and durable material,
33 free from seams, cracks, and other defects tending to destroy its resistance to weather,
34 and shall meet the following test requirements:
I 35
36 9-14.AP9
37 Section 9-14, Erosion Control and Roadside Planting
1 38 August 6, 2018
39 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
40 In Table 1,the last four rows are deleted.
41
42 9-14.4(2)A Long-Term Mulch
43 The first paragraph is supplemented with the following:
I 44
45 Products containing cellulose fiber produced from paper or paper components will not
46 be accepted.
I . 47
48 Table 2 is supplemented with the following new rows:
49
I
Water Holding Capacity ASTM D 7367 800percent minimum
1 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
Organic Matter Content AASHTO T 267 90 percent minimum
Seed Germination ASTM D 7322 Long Term
Enhancement 420 percent minimum
1
2
3 9-14.4(2)B Moderate-Term Mulch
4 This section is revised to read:
5
6 Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil
7 surface to create a continuous, absorbent, flexible, erosion-resistant blanket. Moderate-
8 Term Mulch shall effectively perform the intended erosion control function in accordance
9 with Section 8-01.3(1) for a minimum of 3 months, or until temporary vegetation has
10 been established,whichever comes first.
11
12 Moderate-Term Mulch shall not be used in conjunction with permanent seeding.
13
14 9-14.4(2)C Short-Term Mulch
15 This section is revised to read:
16
17 Short-Term Mulch shall effectively perform the intended erosion control function in
18 accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary I
19 vegetation has been established, whichever comes first. Short-Term Mulch shall not be
20 used in conjunction with permanent seeding.
21
22 9-16.AP9
23 Section 9-16, Fence and Guardrail
24 August 6, 2018
25 9-16.3(1) Rail Element
26 The last sentence of the first paragraph is revised to read:
27
28 All rail elements shall be formed from 12-gage steel except for thrie beam reducer
29 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail
30 retrofits, and Design F end sections, which shall be formed from 10-gage steel.
31
32 9-16.3(5) Anchors
33 The last paragraph is revised to read:
34
35 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland
36 cement or blended hydraulic cement and two parts sand.
37
38 9-18.AP9
39 Section 9-18, Precast Traffic Curb
40 April 2, 2018
41 9-18.1(1) Aggregates and Proportioning
42 Item number 1 of the first paragraph is revised to read:
43
44 1. Portland cement or blended hydraulic cement shall conform to the requirements of
45 Section 9-01 except that it may be Type I portland cement conforming to AASHTO
46 M 85.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
I
1
2 9-20.AP9
3 Section 9-20, Concrete Patching Material, Grout, and Mortar
I4 August 6, 2018
5 9-20.1 Patching Material
6 This section, including title, is revised to read:
I 7
8 9-20.1 Patching Material for Cement Concrete Pavement
9 Concrete patching material shall be prepackaged mortar extended with aggregate. The
I 10 amount of aggregate for extension shall conform to the manufacturer's
11 recommendation.
12
13 Patching mortar and patching mortar extended with aggregate shall contain
Il
14 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The
15 Manufacturer shall use the services of a laboratory that has an equipment calibration
16 verification system and a technician training and evaluation process in accordance with
I 17 AASHTO R 18 to perform all tests specified in Section 9-20.1.
18
19 9-20.1(1) Patching Mortar
I 20 Patching mortar shall conform to the following requirements:
21
Compressive Strength ASTM Test Method Specification
i II at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
Length Change
at 28 days C 157 0.15 percent maximum
Total Chloride Ion Content C 1218 1 lb/yd3 maximum
I Bond Strength
at 24 hours C 882(As modified by C Minimum 1,000 psi
928,Section 9.5)
Scaling Resistance(at 25 C 672(As modified by C 1 Ib/ft2 maximum
cycles of freezing and 928,Section 9.4)
thawing)
1 22
23 9-20.1(2) Patching Mortar Extended with Aggregate
24 Patching mortar extended with aggregate shall meet the following requirements:
I 25
Compressive Strength ASTM Test Method Specification
at 3 hours C 39 Minimum 3,000 psi
I at 24 hours C 39 Minimum 5,000 psi
Length Change
at 28 days C 157 0.15 percent maximum
Bond Strength
I at 24 hours C 882(As modified by Minimum 1,000 psi
ASTM C928,Section 9.5)
Scaling Resistance(at 25 C 672 2 Maximum Visual Rating
I cycles of freezing and
thawing)
Freeze thaw C 666 Maximum expansion 0.10%
I
Minimum durability 90.0%
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
2 9-20.1(3) Aggregate
3 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4)
4 and be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall
5 be submitted showing the aggregate source and the gradation. Mitigation for Alkali
6 Silica Reaction (ASR) will not be required for the extender aggregate used for
7 concrete patching material.
8
9 9-20.1(4) Water
10 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
11 within the limits recommended by the repair material manufacturer.
12
13 9-20.2 Specifications
14 This section, including title, is revised to read:
15
16 9-20.2 Patching Material for Concrete Structure Repair
17 Concrete patching material shall be a prepackaged mixture of portland or blended
18 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace
19 slag and microsilica fume may be used. The concrete patching material may be
20 shrinkage compensated. The concrete patching material shall also meet the following
21 requirements:
22
23 • Compressive strength of 6000 psi or higher at 28 days in accordance with
24 AASHTO T 22 (ASTM C 39), unless noted otherwise
25
26 • Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM
27 C 1583 or ICRI 210.3R
28
29 • Shrinkage shall be 0.05 percent (500 microstrain) or lower at 28 days in
30 accordance with AASHTO T 160(ASTM C 157)as modified by ICRI 320.3R
31
32 • -Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
33 AASHTO T 277(ASTM C 1202)
34
35 • Freeze-thaw resistance shall have a durability factor of 90 percent or higher
36 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A
37 (ASTM C 666)
38
39 • Soluble chloride ion limits in Section 6-02.3(2)shall be satisfied
40
41 9-20.2(1) Patching Mortar
42 This section, including title, is deleted in its entirety.
43
44 9-20.2(2) Patching Mortar Extended with Aggregate
45 This section, including title, is deleted in its entirety.
46
47 9-20.5 Bridge Deck Repair Material
48 Item number 3 of the first paragraph is revised to read:
49
50 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
51 AASHTO T 277.
52 1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
I
I 1 9-21.AP9
2 Section 9-21, Raised Pavement Markers (RPM)
3 January 2, 2018
1 4 9-21.2 Raised Pavement Markers Type 2
5 This section's content is deleted.
6
I 7 9-21.2(1) Physical Properties
8 This section, including title, is revised to read:
9
I 10 9-21.2(1) Standard Raised Pavement Markers Type 2
11 The marker housing shall contain reflective faces as shown in the Plans to reflect
12 incident light from either a single or opposite directions and meet the requirements of
13 ASTM D 4280 including Flexural strength requirements.
14
15 9-21.2(2) Optical Requirements
16 This section, including title, is revised to read:
I 17
18 9-21.2(2) Abrasion Resistant Raised Markers Type 2
19 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and
I 20 meet the requirements of ASTM D 4280 with the following additional requirement: The
21 coefficient of luminous intensity of the markers shall be measured after subjecting the
22 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop
23 apparatus. After the exposure described above, retroreflected values shall not be less
I 24 than 0.5 times a nominal unblemished sample.
25
26 9-21.2(3) Strength Requirements
' 27 This section is deleted in its entirety.
28
29 9-26.AP9
I 30 Section 9-26, Epoxy Resins
31 April 2, 2018
32 9-26.1(2) Packaging and Marking
I33 The second paragraph is revised to read:
34
35 Containers shall be identified as "Component A" (contains the Epoxy Resin) and
I 36
37 "Component B" (Contains the Curing Agent) and shall show the type, grade, class, and
mixing directions as defined by these Specifications. Each container shall be marked by
38 permanent marking with the name of the formulator, the lot or batch number,the date of
I 39 packaging, expiration date and the quantity contained in pounds or gallons. If the two
40 containers are furnished in a single cartridge, that cartridge shall be marked by
41 permanent marking to the cartridge with the name of the formulator and the lots or batch
42 numbers for both Component A and Component B, the date of packaging, expiration
I 43 date, and the quantity contained in ounces or milliliters.
44
I
I
1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1
1 9-28.AP9
111
2 Section 9-28, Signing Materials and Fabrication
3 April 2, 2018
4 9-28.10 Vacant '
5 This section, including title, is revised to read:
6
7 9-28.10 Digital Printing ,
8 Transparent and opaque durable inks used in digital printed sign messages shall be as
9 recommended by the manufacturer. When properly applied, digital printed colors shall
10 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall
11 present a smooth surface, free from foreign material, and all messages and borders
12 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective
13 minimum values established for its type and color. Digitally printed signs shall meet the
14 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No
15 variations in color or overlapping of colors will be permitted. Digital printed permanent
16 traffic signs shall have an integrated engineered match component clear protective
17 overlay recommended by the sheeting manufacturer applied to the entire face of the
18 sign. an Temporary construction/maintenance signs printed with black ink only, the
19 protective overlay film is optional, as long as the finished sign has a warranty of a
20 minimum of three years from sign sheeting manufacturer.
21
22 All digital printed traffic control signs shall be an integrated engineered match
23 component system. The integrated engineered match component system shall consist
24 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same
25 manufacturer applied to aluminum substrate conforming to Section 9-28.8.
26
27 The sign fabricator shall use an approved integrated engineered match component
28 system as listed on the Qualified Products List (QPL). Each approved digital printer
29 shall only use the compatible retroreflective sign sheeting manufacturer's engineered
30 match component system products.
31
32 Each retroreflective sign sheeting manufacturer/integrated engineered match
33 component system listed on the QPL shall certify a department approved sign fabricator
34 is approved to operate their compatible digital printer. The sign fabricator shall re-certify
35 annually with the retroreflective sign manufacturer to ensure their digital printer is still
36 meeting manufacturer's specifications for traffic control signs. Documentation of each
37 re-certification shall be submitted to the QPL Engineer annually.
38
39 9-28.11 Hardware
40 The last paragraph is revised to read:
41
42 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
43 related connecting hardware shall be galvanized in accordance with ASTM F 2329.
44
111
45 9-28.14(2) Steel Structures and Posts
46 The first sentence of the third paragraph is revised to read:
47
48 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to111
49 Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F.
50 i
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
2 F 2329".
3
4 The first sentence of the fifth paragraph is revised to read:
6 Except as otherwise noted, steel used for sign structures and posts shall have a
7 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
8
9 The last sentence of the last paragraph is revised to read:
10
11 If such modifications are contemplated, the Contractor shall submit a Type 2 Working
12 Drawing of the proposed modifications.
13
14 9-29.AP9
15 Section 9-29, Illumination, Signal, Electrical
16 August 6, 2018
17 9-29.1 Conduit, lnnerduct, and Outerduct
18 This section is supplemented with the following new subsection:
19
' 20 9-29.1(10) Pull Tape
21 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a
22 minimum width of/2-inch and a minimum tensile strength of 500 pounds. Pull tape may
23 have measurement marks.
I 24
25 9-29.2(1) Junction Boxes
26 The first paragraph is revised to read:
27
28 For the purposes of this Specification concrete is defined as portland cement or blended
29 hydraulic cement concrete and non-concrete is all others.
30
31 9-29.2(1)A2 Non-Concrete Junction Boxes
32 The first paragraph is revised to read:
33
34 Material for the non-concrete junction boxes shall be of a quality that will provide for a
35 similar life expectancy as portland cement or blended hydraulic cement concrete in a
36 direct burial application.
' 37
38 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
39 In the table in the last paragraph,the fourth,fifth and sixth rows are revised to read:
40
Slip Resistant Lid ASTM A36 steel
Frame ASTM A36 steel
Slip Resistant Frame ASTM A36 steel
41
42 9-29.6 Light and Signal Standards
43 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F
44 2329".
45
46 Item number 2 of the last paragraph is revised to read:
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
i
1 2. The steel light and signal standard fabricator's shop drawing submittal, including
2 supporting design calculations, submitted as a Type 2E Working Drawing in
3 accordance with Section 8-20.2(1)and the Special Provisions.
4
5 9-29.6(1) Steel Light and Signal Standards
6 In the second paragraph, "AASHTO M232" is revised to read"ASTM F 2329".
7
8 The first sentence of the last paragraph is revised to read:
9
10 Steel used for light and signal standards shall have a controlled silicon content of either
11 0.00 to 0.06 percent or 0.15 to 0.25 percent.
12
13 9-29.6(5) Foundation Hardware
14 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
15
16 9-29.10(1) Conventional Roadway Luminaires
17 This section is revised to read:
18
19 All conventional roadway luminaires shall meet 3G vibration requirements as described
20 in ANSI C136.31.
21
22 All luminaires shall have housings fabricated from aluminum. The housing shall be
23 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise
24 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test
25 as specified in ASTM B117.
26
27 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2"
28 tenon and adjustable within +1- 5 degrees of the axis of the tenon. The clamping
29 bracket(s) and the cap screws shall not bottom out on the housing bosses when ,
30 adjusted within the +1-5 degree range. No part of the slipfitter mounting brackets on the
31 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws
32 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall
33 include leveling reference points for both transverse and longitudinal adjustment.
34
35 All luminaires shall include shorting caps when shipped. The caps shall be removed and
36 provided to the Contracting Agency when an alternate control device is required to be
37 installed in the photocell socket. House side shields shall be included when required by
38 the Contract. Order codes shall be modified to the minimum extent necessary to include
39 the option for house side shields.
40
41 This section is supplemented with the following new subsections:
42
43 9-29.10(1)A High Pressure Sodium(HPS) Conventional Roadway Luminaires
44 HPS conventional roadway luminaires shall meet the following requirements:
45
46 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff
47 optics.
48
49 2. Light pattern distribution shall be IES Type III. I
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 3. The reflector of all luminaires shall be of a snap-in design or secured with
2 screws. The reflector shall be polished aluminum or prismatic borosilicate
3 glass.
4
1
5 4. Flat lenses shall be formed from heat resistant, high-impact, molded
6 borosilicate or tempered glass.
7
I
8
9 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to
the luminaire and secured in the closed position to the luminaire by means of
10 an automatic latch. The lens and doorframe assembly, when closed, shall
11 exert pressure against a gasket seat. The lens shall not allow any light output
12 above 90 degrees nadir. Gaskets shall be composed of material capable of
13 withstanding the temperatures involved and shall be securely held in place.
14
15 6. The ballast shall be mounted on a separate exterior door, which shall be
16 hinged to the luminaire and secured in the closed position to the luminaire
17 housing by means of an automatic type of latch (a combination hex/slot
18 stainless steel screw fastener may supplement the automatic-type latch).
19
20 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
21 lamp complete and associated ballast. Lamps shall mount horizontally.
I 22
23 9-29.10(1)B Light Emitting Diode(LED)Conventional Roadway Luminaires
24 LED Conventional Roadway Luminaires are divided into classes based on their
I 25 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W,
26 310W, and 400W. LED luminaires are required to be pre-approved in order to verify
27 their photometric output. To be considered for pre-approval, LED luminaires must meet
I 28 the requirements of this section.
29
30 LED luminaires shall include a removable access door, with tool-less entry, for access
31 to electronic components and the terminal block. The access door shall be removable,
32 but include positive retention such that it can hang freely without disconnecting from the
33 luminaire housing. LED drivers may be mounted either to the interior of the luminaire
• 34 housing or to the removable door itself.
35
36 LED drivers shall be removable for user replacement. All internal modular components
37 shall be connected by means of mechanical plug and socket type quick disconnects.
38 Wire nuts may not be used for any purpose. All external electrical connections to the
•
I 39 luminaire shall be made through the terminal block.
40
41 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s)
I
42
43 shall be dimmable from ten volts to zero volts. LED output shall have a CorrelatedColor
Temperature(CCT)of 4000K nominal (4000-4300K)and a Color Rendering Index(CRI)
44 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
45 Celsius.
1
46
47 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages
48 refer to the supply voltages to the luminaires present in the field. LED power usage shall
I 49 not exceed the following maximum values for the applicable wattage class:
50
Class Max.Wattage
1 200W 110W
' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018 !
1
•
250W 165W
310W 210W
400W 275W
1
2 Only one brand of LED conventional roadway luminaire may be used on a Contract.
3 They do not necessarily have to be the same brand as any high-mast, underdeck, or
4 wall-mount luminaires when those types of luminaires are specified in the Contract.
5 LED luminaires shall include a standard 10 year manufacturer warranty.
6
7 The list of pre-approved LED Conventional Roadway Luminaires is available at
8 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.
9
10 9-29.10(2) Decorative Luminaires
11 This section, including title, is revised to read:
12111
13 9-29.10(2) Vacant
14
15 9-29.12 Electrical Splice Materials
16 This section is supplemented with the following new subsections:
17
18 9-29.12(3) Splice Enclosures
19 9-29.12(3)A Heat Shrink Splice Enclosure
20 Heat shrink splice enclosures shall be medium or heavy wall cross-linked
21 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic
22 adhesive sealant. Heat shrink splices used for "wye" connections require rubber
23 electrical mastic tape.
24
25 9-29.12(3)B Molded Splice Enclosure
26 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
27 material used shall be compatible with the insulation material of the insulated
28 conductor or cable. The component materials of the resin insulation shall be
29 packaged ready for convenient mixing without removing from the package.
30
31 9-29.12(4) Re-Enterable Splice Enclosure
32 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin
33 contained in a two-piece plastic mold. The mold shall either snap together or use
34 stainless steel hose clamps.
35
36 9-29.12(5) Vinyl Electrical Tape for Splices
37 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-
. 38 24391C.
39
40 9-29.12(1) Illumination Circuit Splices
41 This section is revised to read:
42
43 Underground illumination circuit splices shall be solderless crimped connections
44 capable of securely joining the wires, both mechanically and electrically, as defined in
45 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or
46 split bolt vice-type connectors.
47
48 9-29.12(1)A Heat Shrink Splice Enclosure
49 This section is deleted in its entirety. '
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS - '
REVISED:6-AUG-2018
1
I
1
2 9-29.12(1)B Molded Splice Enclosure
3 This section is deleted in its entirety.
4
I 5 9-29.12(2) Traffic Signal Splice Material
6 This section is revised to read:
7
I
8
9 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type
crimped connector capable of being soldered.
10
I 11 9-29.16(2)E Painting Signal Heads
12 In the first sentence, "Federal Standard 595" is revised to read"SAE AMS Standard 595".
13
14 9-29.17 Signal Head Mounting Brackets and Fittings
I 15 In the first paragraph, item number 2 under Stainless Steel is revised to read:
16
17 2. Bands or cables for Type N mount.
18
19 9-29.20 Pedestrian Signals
20 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
I 21 Standard 595".
22
23 9-29.24 Service Cabinets
24 The third sentence of item number 6 is revised to read:
I 25
26 The dead front cover shall have cutouts for the entire breaker array, with blank covers
27 where no circuit breakers are installed.
I 28
29 Item number 8 is revised to read:
30
I 31 8. Lighting contactors shall meet the requirements of Section 9-29.24(2).
32
33 The last sentence of item number 10 is revised to read:
34
I 35 Dead front panels shall prevent access to any exposed, live components, and shall
36 cover all equipment except for circuit breakers (including blank covers), the photocell
37 test/bypass switch, and the GFCI receptacle.
I 38
39 9-29.24(2) Electrical Circuit Breakers and Contactors
40 This section is revised to read:
41
I 42 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity
43 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at
44 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000
I
45
46 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have
an interrupting capacity of not less than 14,000 amperes.
47
I
48
49 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor,
mercury vapor, metal halide, and fluorescent) lamp loads. Contactors for 120/240/277
50 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts
51 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be
1 52 rated at 480 volt maximum line to line voltage.
IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
1
2 9-33.AP9 1
3 Section 9-33, Construction Geosynthetic
4 August 6, 2018
5 9-33.4(1) Geosynthetic Material Approval
� Y
6 The second sentence of the first paragraph is revised to read:
7
8 If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer's
9 Certificate of Compliance including Certified Test Reports of each proposed
10 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
11 evaluation.
12
13 The last paragraph is revised to read:
14
15 Geosynthetics used as reinforcement in permanent geosynthetic retaining walls,
16 reinforced slopes, reinforced embankments, and other geosynthetic reinforcement
17 applications require proof of compliance with the National Transportation Product
18 Evaluation Program (NTPEP) in accordance with AASHTO Standard Practice R 69,
19 Standard Practice for Determination of Long-Term Strength for Geosynthetic
20 Reinforcement.
21
22 9-34.AP9
23 Section 9-34, Pavement Marking Material
24 January 2, 2018 1
25 9-34.2(2) Color
26 Each reference to"Federal Standard 595"is revised to read "SAE AMS Standard 595". 11127
28 9-34.2(5) Low VOC Waterborne Paint
29 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
30
31 The heading"High-Build Waterborne Paint" is supplemented with "Type 4".
32
33 The heading"Cold Weather Waterborne Paint" is supplemented with "Type 5".
34
35 In the row beginning with "° @90°F", each minimum value is revised to read "60".
36
37 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
38 revised to read "3".
39
40 The last four rows are replaced with the following:
41
Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion
2621 acrylic4
Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no 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
than±10 KU than±10 KU than±10 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
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS !
REVISED:6-AUG-2018
1
I
I Film Formation 28053
Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel*
Test Deck Durability6 ASTM D913 e0%paint retention in
wheel track*
I Mud Cracking (See note 7) No Cracks No Cracks
1
2 After the preceding Amendments are applied, the following new column is inserted after the
I 3 "Standard Waterborne Paint Type 1 and 2"column:
4
Semi-Durable Waterborne Paint Type 3
White Yellow
I Min. Max. Min. Max.
Within±0.3 of qualification sample
I80
/
95 80
60 95
60
77 77
I
43 65
43 65
1.25 1.25
I
3 3
0.98
0.96
8850
100° 100°
I 9.5 9.5
10 10
100%acrylic emulsion
@ 5 cycles show no coagulation or
l
change in viscosity greater than±10 KU
±10 KU from the initial viscosity
No Cracks
I Pass at 0.25 in mandrel
e0%paint retention in wheel track
No Cracks
5
I 6 The footnotes are supplemented with the following:
7
8 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
I 9
10 Section 3.1.1.
11 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F)for 24
I12
13 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B)shall
14 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the
15 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
I
16
17 apparatus for 2 hours. After 2 hours,the panel and test apparatus shall be removed and
immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must
18 show no evidence of cracking, chipping or flaking when bent 180 degrees over a
19 mandrel bar of specified diameter.
I 20
21 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
22 minimum of six months with the following additional requirements: it shall be applied at
I
I
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
I
1 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000
2 ADT and which was applied during the months of September through November.
3
4 'Paint is applied to an approximately 4"x12"aluminum panel using a drawdown bar with
5 a 50 mil gap. The coated panel is allowed to dry under ambient conditions(50±10% RH
6 and 72±5 `F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
7
8 9-34.3 Plastic
9 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
10 AMS Standard 595".
11
12 9-34.3(2) Type B— Pre-Formed Fused Thermoplastic
13 In the last two paragraphs, each reference to"Federal Standard 595" is revised to read"SAE
14 AMS Standard 595".
15
16 9-34.7(1) Requirements
17 The first paragraph is revised to read:
18
19 Field performance evaluation is required for low VOC solvent-based paint per Section 9-
20 34.2(4), Type A — liquid hot applied thermoplastic per Section 9-34.3(1), Type B —
21 preformed fused thermoplastic per Section 9-34.3(2), Type C— cold applied preformed
22 tape per Section 9-34.3(3), and Type D—liquid applied methyl methacrylate per Section
23 9-34.3(4).
24
25 The last paragraph is deleted.
26
27 9-34.7(1)C Auto No-Track Time
28 The first paragraph is revised to read:
29
30 Auto No-Track Time will only be required for low VOC solvent-based paint in
31 accordance with Section 9-34.2(4).
32
33 The second and third sentences of the second paragraph are deleted.
i
•
1
1.
1
1
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
REVISED:6-AUG-2018
1
I
I
I
I
ISpecial Provisions
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ICONTENTS
INTRODUCTION TO THE SPECIAL PROVISIONS 1
IDIVISION 1 GENERAL REQUIREMENTS 3
IDescription of Work 3
1-01 Definitions and Terms 3
I1-02 Bid Procedures and Conditions 5
1-03 Award and Execution of Contract 14
I1-04 Scope of Work 16
1-05 Control of Work 17
1 1-06 Control of Materials 26
I1-07 Legal Regulations and Responsibilities to the Public 27
1-08 Prosecution and Progress 63
I
1-09 Measurement and Payment 68
1-10 Temporary Traffic Control 71
IDIVISION 2 EARTHWORK 74
2-01 Clearing, Grubbing and Roadside Cleanup 74
I2-02 Removal of Structures and Obstructions 75
I2-03 Roadway Excavation and Embankment 78
2-09 Structure Excavation 81
DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 82
3-01 Production from Quarry and Pit Sites 82
IDIVISION 4 BASES 83
4-04 Ballast and Crushed Surfacing 83
IDIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 84
5-04 Hot Mix Asphalt 84
1
1
I
I
DIVISION 6 STRUCTURES 91
6-13 Structural Earth Walls 91 '
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, STORM SEWERS, SANITARY I SEWERS, WATERMAINS AND Conduits 94
7-01 Drains 94 I 7-04 Storm Sewers 94
7-05 Manholes, Inlets, Catch Basins, and Drywells 97
I
7-07 Cleaning Existing Drainage Structures 101
7-08 General Pipe Installation Requirements 101
I
DIVISION 8 MISCELLANEOUS CONSTRUCTION 103
8-01 Erosion Control and Water Pollution Control 103
8-02 Roadside Restoration 105
8-04 Curbs, Gutters, and Spillways 108
8-07 Precast Traffic Curb 110
1
8-09 Raised Pavement Markers 111
8-12 Chain Link Fence and Wire Fence 111
I
8-13 Monument Cases 112
8-14 Cement Concrete Sidewalks 113 I
8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and
I
Electrical 117
8-21 Permanent Signing 126
8-22 Pavement Marking 127 I
8-30 Potholing and Resolution of Utility Conflicts 130
DIVISION 9 MATERIALS 132
9-03 Aggregates 132
I
9-05 Drainage Structures and Culverts 133
9-14 Erosion Control and Roadside Planting133I
ii
I
I
1
I
9-21 Raised Pavement Marker(RPM) 135
9-28 Signing Materials and Fabrication 135
' 9-29 Illumination, Signal, Electrical 137
9-34 Pavement Marking Material 140
1
1
'II
1
1
1
This Page Intentionally Left Blank
1
1
1
1
I
1
1
1
1
iv '
1
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard
Specifications for Road, Bridge and Municipal Construction, 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 date of the GSP and its source, as follows:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
I (April 12, 2018 CFW GSP— STREETS DIV)
(***PROJECT-SPECIFIC SPECIAL PROVISION***)
I Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
I
edition, with Washington State modifications, if any.
Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition.
I
City of Federal Way Public Works Development Standards
National Electric Code, current edition
I
The Contractor shall obtain copies of these publications, at the Contractor's own expense.
I
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-1 August 2018
1
This Page Intentionally Left Blank
I
I
I
I
1
I
I
1
1
I
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-2 August 2018
1
I
I
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
I (March 13, 1995 WSDOT GSP)
This contract provides for the improvement of the intersection of Military Road S and S 2981h
I Street including the installation of a compact roundabout and other work, all in accordance
with the attached Contract Plans, these Contract Provisions, and the Standard
Specifications.
I1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
I (January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
I1 Dates
Bid Opening Date
IThe date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
II The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
1
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
IThe 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
I
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
Ior repair remains for the Physical Completion of the total Contract.
Physical Completion Date
I 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.
I 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
I by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-3 August 2018
1
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State Transportation
Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and
"State Treasurer" shall be revised to read "Contracting Agency".
All references to the terms "State" or "state" shall be revised to read "Contracting Agency"
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location". 1
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 I 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 I
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work. '
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents '
See definition for"Contract".
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award '
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-4 August 2018
1
1
1
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic
1-02 BID PROCEDURES AND CONDITIONS
' 1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible Bidder and qualified to
be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this Section and replace it with the following:
' Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
' After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
' Reduced plans(11"x 17") 6 Furnished automatically upon
award.
' Contract Provisions 6 Furnished automatically upon
award.
Large plans(e.g., 22"x 34") 2 Furnished only upon request.
Additional plans and Contract Provisions may be obtained by the Contractor from the source
stated in the Call for Bids, at the Contractor's own expense.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-5 August 2018
1-02.4 Examination of Plans, Specifications and Site of Work
1-02.4(1) General
(August 15, 2016 APWA GSP Option B)
The first sentence of the last paragraph is revised to read: '
Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall
request the explanation or interpretation in writing by close of business three (3) business
days preceding the bid opening to allow a written reply to reach all prospective Bidders
before the submission of their Bids
1-02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when included as an 1
appendix to the Special Provisions, shall be considered as part of the Contract.
1-02.5 Proposal Forms I
(July 31, 2017 APWA GSP)
Delete this Section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will also
list estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations; the total bid amount;
signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's
UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form. '
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the Proposal Form unless otherwise specified.
1-02.6 Preparation of Proposal
(July 11, 2018 APWA GSP) '
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-6 August 2018
I
I
Delete the last two paragraphs, and replace them with the following:
IIf no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
IThe Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification as
part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award.
IA Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
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).
I A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
IA bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any UDBE requirements are to be satisfied through such an agreement.
I
The fourth paragraph of Section 1-02.6 is revised to read:
I
(June 1, 2017 WSDOT GSP)
The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business
Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For
I each and every UDBE firm listed on the Bidder's completed Underutilized Disadvantaged
Business Enterprise Utilization Certification, the Bidder shall submit written confirmation
from that UDBE firm that the UDBE is in agreement with the UDBE participation commitment
I that the Bidder has made in the Bidder's completed Underutilized Disadvantaged Business
Enterprise Utilization Certification. WSDOT Form 422 031 U (Underutilized Disadvantaged
Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder
must submit good faith effort documentation only in the event the bidder's efforts to solicit
I sufficient UDBE participation have been unsuccessful. Directions for delivery of the
Underutilized Disadvantaged Business Enterprise Written Confirmation Documents and
Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation are
I included in Section 1-02.9.
(August 2, 2004 WSDOT GSP, OPTION 15)
Section 1-02.6 is supplemented with the following:
IThe fifth and sixth paragraphs of Section 1-02.6 are deleted.
I
1
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-7 August 2018
Add the following new Section:
1-02.6(1) Recycled Materials Proposal I
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into r
the project, using the form provided in the Contract Provisions.
1-02.7 Bid Deposit ,
(March 8, 2013 APWA GSP)
Supplement this Section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project; '
2. Name of the project;
3. The Contracting Agency named as obligee; '
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded; ,
5. Signature of the bidder's officer empowered to sign official statements. The signature
of the person authorized to submit the bid should agree with the signature on the
bond, and the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney. '
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(May 17, 2018 APWA GSP, Option A)
Delete this Section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project '
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as required by Section 1-02.6:
• UDBE Written Confirmation Document from each UDBE firm listed on the Bidder's '
completed UDBE Utilization Certification (WSDOT 272-056U)
• Good Faith Effort (GFE) Documentation '
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-8 August 2018
I
I
These documents, if applicable, shall be received either with the Bid Proposal or as a
I supplement to the Bid. These documents shall be received no later than 24 hours (not
including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed
I 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.
IThe 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
I
than that specified in the Call for Bids. The Contracting Agency will not open or consider
any "Supplemental Information" (UDBE confirmations, or GFE documentation) that is
received after the time specified above, or received in a location other than that specified in
Ithe Call for Bids.
1 1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
1 Delete this Section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
Iwithdraw, 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
1 receipt 2. The Contracting Agency receives the request before the time set of Bid for
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.
I
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
I 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
I
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, 2017 APWA GSP)
Delete this Section and replace it with the following:
I1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-9 August 2018
1
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;
determined from the Bid Proposal;
e. A rice er unit cannot be
P p
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;
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: I
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the amount of
a reasonable Bid)to the potential detriment of the Contracting Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership submit
Proposals for the same project(in such an instance, both Bids may be rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option 8)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder ,
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-10 August 2018
I
I
1. Delinquent State Taxes
IA 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.
I
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 does not owe delinquent taxes to the Washington State Department of Revenue,
or if delinquent taxes are owed to the Washington State Department of Revenue,
the Bidder must submit a written payment plan approved by the Department of
1 Revenue, to the Contracting Agency by the deadline listed below.
li
2. Federal Debarment
I
A Criterion: The Bidder shall not currently be debarred or suspended by the Federal
government.
I 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).
II3. 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
I 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
Isubcontractors with which it contracts.
4. Claims Against Retainage and Bonds
I 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
I 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.
I 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:
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-11 August 2018
I
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
and/or its owners have not been convicted of a crime involving bidding on a public
works contract. '
6. Termination for Cause /Termination for Default
A Criterion: The Bidder shall not have had any public works contract terminated for
cause or terminated for default by a government agency in the five years prior to
the bid submittal date, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any public works contract terminated for cause or terminated for
default by a government agency in the five years prior to the bid submittal date; or
if Bidder was terminated, describe the circumstances. .
7. Lawsuits 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
of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the Contracting
Agency I
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any lawsuits with judgments entered against the Bidder in the five
years prior to the bid submittal date that demonstrate a pattern of failing to meet
the terms of contracts, or shall submit a list of all lawsuits with judgments entered
against the Bidder in the five years prior to the bid submittal date, along with a
written explanation of the circumstances surrounding each such lawsuit. The
Contracting Agency shall evaluate these explanations to determine whether the
lawsuits demonstrate a pattern of failing to meet of terms of construction related
contracts
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-12 August 2018
1
I
I
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
I 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 the supplemental criteria together with supporting documentation (sufficient
I in the sole judgment of the Contracting Agency) demonstrating compliance with the
Supplemental Criteria. The Contracting Agency reserves the right to request further
documentation as needed from the low Bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria.
I 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
I Contracting Agency may consider mitigating factors in determining whether the Bidder
complies with the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
Icriteria 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
I
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.
IIf 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
I 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
I 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
I
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
I . 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
I propose specific modifications to the criteria. Bidders shall submit such requests to the
Contracting Agency no later than five (5) business days prior to the bid submittal
deadline and address the request to the Project Engineer or such other person
designated by the Contracting Agency in the Bid Documents.
1 1-02.15 Pre Award Information
(August 14, 2013 APWA GSP)
IRevise this Section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-13 August 2018
1
1
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used, 1
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order of '
and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of. a business license to do business in the city or county '
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids ,
(January 23, 2006 APWA GSP)
Revise the first paragraph to read: 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 Agencv, will
be used by the Contracting Agency for award purposes and to fix the Awarded Contract
Price amount and the amount of the contract bond. 111
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this Section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the '
tie-breaker will be the Bidder with an equal lowest bid that proposed to use the highest
percentage of recycled materials in the Proiect, per the form submitted with the Bid
Proposal. If those percentages are also exactly equal, then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows: one
marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make
the marking unseen. The slips will be placed inside a box. One authorized representative of
each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the
name of the firm as registered with the Washington State Department of Licensing. The slips
shall be unfolded and the firm with the slip marked "Winner" will be determined to be the
successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted
City of Federal Way RFB 18-007111Military Rd S&S 298th.St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-14 August 2018
1
I
a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled
materials percentage that is exactly equal to the highest proposed recycled materials
amount, are eligible to draw.
1-03.3 Execution of Contract
111 (October 1, 2005 APWA GSP)
Revise this Section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available
for signature by the successful bidder on the first business day following award. The number
of copies to be executed by the Contractor will be determined by the Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-
1 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of
the contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
' Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
' and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 10 additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant it.
1 1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
• Delete the first paragraph and replace it with the following:
' The successful bidder shall provide executed payment and performance bond(s) for the full
contract amount. The bond may be a combined payment and performance bond; or be
separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
1 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. Ensure that the Contractor will perform and comply with all obligations, duties, and
conditions under the Contract, including but not limited to the duty and obligation to
indemnify, defend, and protect the Contracting Agency against all losses and claims
related directly or indirectly from any failure:
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-15 August 2018
I
I
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier I 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 I 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 I
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 I president).
1-03.7 Judicial Review I(July 23, 2015 APWA GSP)
Revise this Section to read:
1 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 iurisdiction.
1-04 SCOPE OF WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, I
Specifications, and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of I precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
I
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and I
City of Federal Way RFB 18-007
I
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-16 August 2018
1
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
1-04.4(1) Minor Changes
(April 12, 2018 CFW GSP— STREETS DIV)
Section 1-04.4(1) is supplemented with the following:
Payments or credits for changes amounting to $10,000 or less may be made under the Bid
Item "Unexpected Site Changes". At the discretion of the Contracting Agency, this
procedure for Unexpected Site Changes may be used in lieu of the more formal procedure
as outlined in Section 1-04.4 Changes.
The Contractor will be provided a copy of the completed order for Unexpected Site Changes.
' The agreement for the Unexpected Site Changes will be documented by signature of the
Contractor, or notation of verbal agreement. If the Contractor is in disagreement with
anything required for Unexpected Site Changes, the Contractor may protest the order as
provided in Section 1-04.5.
iPayment will be determined in accordance with Section 1-09.6. For the purpose of providing
a common proposal for all Bidders, the Contracting Agency has entered an amount for
' "Unexpected Site Changes" in the proposal to become a part of the total bid by the
Contractor.
1-05 CONTROL OF WORK
' 1-05.4 Conformity With and Deviations from Plans and Stakes
Section 1-05.4 is supplemented with the following:
(August 7, 2017 WSDOT GSP)
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data are available for the
' bidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
' stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals, guardrails
and barriers, and signing. Except for the survey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
' identified in the Plans and construction activity may disturb or damage the monuments. All
monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length
of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed
on each shift, the methods utilized, and the control points used. The record shall be
adequate to allow the survey to be reproduced. A copy of each day's record shall be
' provided to the Engineer within three working days after the end of the shift.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-17 August 2018
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
following:
The surveywork shall include but not be limited to the fol o g'
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of secondary
control to the Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet
beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown
in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset '
stakes to all drainage structures and to pipes at a horizontal interval not greater
than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at additional
points such that the transverse spacing of stakes is not more than 12 feet. If GPS
Machine Controls are used to provide grade control, then roadbed and surfacing
stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous 1
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-18 August 2018
I
I
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
I sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
new pavement to existing pavement. The Contractor shall submit these changes to
the Engineer for review and approval 10 days prior to the beginning of work.
IThe Contractor shall provide the Contracting Agency copies of any calculations and staking
data when requested by the Engineer.
ITo facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions of
two primary control points used for the horizontal and vertical control, and descriptions of
I
two additional primary control points for every additional three miles of project length.
Primary control points will be described by reference to the project alignment and the
coordinate system and elevation datum utilized by the project. In addition, the Contracting
I Agency will supply horizontal coordinates for the beginning and ending points and for each
Point of Intersection (PI) on each alignment included in the project.
I The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
I Subgrade grade stakes set
0.04 feet below grade ±0.01 feet ±0.5 feet
(parallel to alignment)
1 ±0.1 feet
(normal to alignment)
I Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
I Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
I ±0.1 feet
(normal to alignment)
I The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will
not change the requirements for normal checking by the Contractor.
I
I City of Federal Way RFB 18-007
Military Rd.S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-19 August 2018
I
1
1
When staking roadway alignment and stationing, the Contractor shall perform independent
checks from different secondary control to ensure that the points staked are within the
specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with the
work. The Contracting Agency will require up to seven calendar days from the date the data
is received.
Contract work to be performed using contractor-provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed
that are not described in the Plans, then those stakes shall be marked, at no additional cost
to the Contracting Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, '
equipment, materials, and supervision utilized to perform the Work specified, including any
resurveying, checking, correction of errors, replacement of missing or damaged stakes, and
coordination efforts.
(April 2, 2018 WSDOT GSP)
Contractor Surveying —ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, and grades necessary for the construction of the ADA features. Calculations,
surveying, and measuring required for setting and maintaining the necessary lines and
grades shall be the Contractor's responsibility. The Contractor shall build the ADA features
within the specifications in the Standard Plans and contract documents.
ADA Feature As-Built Measurements
The Contractor shall be responsible for providing electronic As-Built records of all ADA111
feature improvements completed in the Contract.
The survey work shall include but not be limited to completing the measurements, recording
the required measurements and completing other data fill-ins found on the ADA
Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA
Measurement Forms are found at the following website location: '
http://www.wsdot.wa.gov/Design/ADAGuidance.htm
r
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-20 August 2018
r
In the instance where an ADA Feature does not meet accessibility requirements, all work to
replace non-conforming work and then to measure, record the as-built measurements, and
transmit the electronic Forms to the Engineer shall be completed at no additional cost to the
Contracting Agency, as ordered by the Engineer.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all
the Work as specified.
' 1-05.7 Removal of Defective and Unauthorized Work
' (October 1, 2005 APWA GSP)
Supplement this Section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized work
' corrected immediately, have the rejected work removed and replaced, or have work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
' particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-21 August 2018
I
I
1-05.11 Final Inspection
Delete this Section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP) '
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall I
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor's request shall list the specific items of work that remain to be completed in
order to reach physical completion. The Engineer will schedule an inspection of the work
with the Contractor to determine the status of completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for its intended use, the
Engineer will, by written notice, so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the Contractor
expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice, shall request the Engineer to schedule a final inspection.
The Engineer will set a date for final inspection. The Engineer and the Contractor will then
make a final inspection and the Engineer will notify the Contractor in writing of all particulars
in which the final inspection reveals the work incomplete or unacceptable. The Contractor
shall immediately take such corrective measures as are necessary to remedy the listed
deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
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. ,
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HS1P-1031(005)
Bid Document SP-22 August 2018
I
I
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
I 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
Icontract have been fulfilled.
1-05.11(3) Operational Testing
I' 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;
I irrigation systems; buildings; or other similar work it may be desirable for the Engineer to
have the Contractor operate and test the work for a period of time after final inspection but
prior to the physical completion date. Whenever items of work are listed in the Contract
Provisions for operational testing they shall be fully tested under operating conditions for the
I time period specified to ensure their acceptability prior to the Physical Completion Date.
During and following the test period, the Contractor shall correct any items of workmanship,
materials, or equipment which prove faulty, or that are not in first class operating condition.
I 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
I 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
I
manufacturer's guaranties or warranties furnished under the terms of the contract.
1-05.13 Superintendents, Labor and Equipment of Contractor
I (August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this Section.
I1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
IRevise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice of
I
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
Proiect Engineer's office. Electronic copies such as e-mails or electronically delivered
I copies of correspondence will not constitute such notice and will not comply with the
requirements of the Contract.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-23 August 2018
Add the following new Sections:
1-05.16 Water and Power '
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and
water as a pay item.
1-05.18 Record Drawings
(March 8, 2013 APWA GSP)
The Contractor shall maintain one set of full size plans for Record Drawings, updated with
clear and accurate red-lined field revisions on a daily basis, and within 2 business days after
receipt of information that a change in Work has occurred. The Contractor shall not conceal
any work until the required information is recorded.
This Record Drawing set shall be used for this purpose alone, shall be kept separate from.
other Plan sheets, and shall be clearly marked as Record Drawings. These Record
Drawings shall be kept on site at the Contractor's field office, and shall be available for
review by the Contracting Agency at all times. The Contractor shall bring the Record
Drawings to each progress meeting for review. I
The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a
single, experienced, and qualified individual. The quality of the Record Drawings, in terms
of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to
modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of
Record Drawings for the Contracting Agency without further investigative effort by the
Contracting Agency. 1
The Record Drawing markups shall document all changes in the Work, both concealed and
visible. Items that must be shown on the markups include but are not limited to:
• Actual dimensions, arrangement, and materials used when different than shown in
the Plans.
• Changes made by Change Order or Field Order.
• Changes made by the Contractor. '
• Accurate locations of storm sewer, sanitary sewer, water mains and other water
appurtenances, structures, conduits, light standards, vaults, width of roadways,
sidewalks, landscaping areas, building footprints, channelization and pavement
markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).
If the Contract calls for the Contracting Agency to do all surveying and staking, the
Contracting Agency will provide the elevations at the tolerances the Contracting Agency
requires for the Record Drawings.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-24 August 2018
I
I
I
When the Contract calls for the Contractor to do the surveying/staking, the applicable
I
tolerance limits include, but are not limited to the following:
Vertical Horizontal
I As-built sanitary & storm invert and ± 0.01 foot t 0.01 foot
grate elevations
As-built monumentation ± 0.001 ± 0.001
I
foot foot
As-built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot
hydrants
I As-built ponds/swales/water features , ± 0.10 foot ± 0.10 foot
As-built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot
As-built gas lines, power, TV, Tel, ± 0.10 foot ± 0.10 foot
I Corn
As-built signs, signals, etc. N/A ± 0.10 foot
I Making Entries on the Record Drawings:
• Use erasable colored pencil (not ink) for all markings on the Record Drawings,
conforming to the following color code:
• Additions - Red
I .• Deletions - Green
• Comments Blue
• Dimensions - Graphite
I
• Provide the applicable reference for all entries, such as the change order number, the
request for information (RFI) number, or the approved shop drawing number.
• Date all entries.
IClearly identify all items in the entry with notes similar to those in the Contract Drawings
(such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).The
Contractor shall certify on the Record Drawings that said drawings are an accurate depiction
U
of built conditions, and in conformance with the requirements detailed above. The
Contractor shall submit final Record Drawings to the Contracting Agency. Contracting
Agency acceptance of the Record Drawings is one of the requirements for achieving
IPhysical Completion.
Payment will be made for the following bid item:
I Record Drawings Lump Sum
(Minimum Bid $ 3000.00)
Payment for this item will be made on a prorated monthly basis for work completed in
I accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum
item will be paid upon submittal and approval of the completed Record Drawings set
prepared in conformance with these Special Provisions.
I
A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor
must bid at least that amount.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-25 August 2018
1
1
1-06 CONTROL OF MATERIALS
Section 1-06 is supplemented with the following: '
Buy America
(August 6, 2012 WSDOT GSP) '
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into the
project shall consist of American-made materials only. Buy America does not apply to
temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and
falsework.
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of
the foreign material used does not exceed one-tenth of one percent of the total contract cost
or$2,500.00, whichever is greater. ,
American-made material is defined as material having all manufacturing processes occurring
domestically. To further define the coverage, a domestic product is a manufactured steel
material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or
in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product does
not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the material
occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the coating '
stage. Any process which modifies the chemical content, the physical size or shape, or the
final finish is considered a manufacturing process. The processes include rolling, extruding,
machining, bending, grinding, drilling, welding, and coating. The action of applying a coating
to steel or iron is deemed a manufacturing process. Coating includes epoxy coating,
galvanizing, aluminizing, painting, and any other coating that protects or enhances the value
of steel or iron. Any process from the original reduction from ore to the finished product
constitutes a manufacturing process for iron.
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron
ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing. '
City of Federal Way REB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-26 August 2018
1
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or containing,
steel or iron construction materials prior to such items being incorporated into the permanent
work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such
other form the Contractor chooses, provided it contains the same information as DOT Form
350-109EF.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this Section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction of
the project. Approval of such material use shall be as detailed elsewhere in the Standard
Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and
aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
' 1-07 LEGAL REGULATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
I (October 1, 2005 APWA GSP)
Supplement this Section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
' The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
' The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
' persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
' their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-27 August 2018
1
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
Section 1-07.1 is supplemented with the following
(April 3, 2006 WSDOT GSP)
Confined Space
Confined spaces are known to exist at the following locations:
*** Existing storm drainage structures, along with all similar new construction items that
meet the requirements of WAC 296-809-100.***
The Contractor shall be fully responsible for the safety and health of all on-site workers and '
compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be sent to
the Contracting Agency at least 30 days prior to the Contractor beginning work in or adjacent
to the confined space. No work shall be performed in or adjacent to the confined space until
the plan is submitted to the Engineer as required. The Contractor shall communicate with
the Project Engineer to ensure a coordinated effort for providing and maintaining a safe
worksite for both the Contracting Agency's and Contractor's workers when working in or near
a confined space.
All costs to prepare and implement the confined space program shall be included in the bid
prices for the various items associated with the confined space work. I
1-07.2 State Taxes
Delete this Section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other '
contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract-related taxes have been
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-28 August 2018
1
I
I
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
I Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this contract or not. Any amount so
deducted will be paid into the proper State fund.
1 1-07.2(1) State Sales Tax— Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets,
I 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
I 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,
Iequipment, or supplies used or consumed in doing the work.
1-07.2(2) State Sales Tax— Rule 170
IWAC 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
I
Washington; water mains and their appurtenances; sanitary sewers and sewage disposal
systems unless such sewers and disposal systems are within, and a part of, a street or
road drainage system; telephone, telegraph, electrical power distribution lines, or other
I 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
I 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
I 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.
IException: 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
Iin the unit bid item prices or in any other contract amount.
1-07.2(3) Services
I 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).
I
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-29 August 2018
1
1-07.7 Load Limits
This Section is to be supplemented with the following: '
(March 13, 1995 WSDOT GSP)
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9 Wages 1
1-07.9(1) General
Section 1-07.9(1) is supplemented with the following: ,
Federal Wage Rates
(January 5, 2018 WSDOT GSP) '
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.
(April 2, 2007 WSDOT GSP)
Application of Wage Rates For The Occupation Of Landscape Construction ,
State prevailing wage rates for public works contracts are included in this contract and show
a separate listing for the occupation:
Landscape Construction, which includes several different occupation descriptions such
as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment
Operators, and Landscaping or Planting Laborers.
In addition. Federal wage rates that are included in this contract may also include
occupation descriptions in Federal Occupational groups for work also specifically identified
with landscaping such as: 1
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding Operator. I
If Federal wage rates include one or more rates specified as applicable to landscaping work,
then Federal wage rates for all occupation descriptions, specific or general, must be
considered and compared with corresponding State wage rates. The higher wage rate,
either State or Federal, becomes the minimum wage rate for the work performed in that
occupation. i
Contractors are responsible for determining the appropriate crafts necessary to perform the
contract work. If a classification considered necessary for performance of the work is
missing from the Federal Wage Determination applicable to the contract, the Contractor
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-30 August 2018
I
I
shall initiate a request for approval of a proposed wage and benefit rate. The Contractor
I shall prepare and submit Standard Form 1444, Request for Authorization of Additional
Classification and Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit
the completed form to the Project Engineer's office. The presence of a classification wage
I on the Washington State Prevailing Wage Rates For Public Works Contracts does not
exempt the use of form 1444 for the purpose of determining a federal classification wage
rate.
I1-07.11 Requirements for Nondiscrimination
Section 1-07.11 is supplemented with the following:
(April 2, 2018 WSDOT GSP)
' Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246)
I1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
I2. The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
I Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women-Statewide
ITimetable Goal
I Until further notice 6.9%
Minorities- by Standard Metropolitan Statistical Area(SMSA)
0 Spokane,WA:
SMSA Counties:
Spokane,WA 2.8
WA Spokane.
INon-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
ILincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA
SMSA Counties:
I
Richland Kennewick,WA 5.4
WA Benton;WA Franklin.
Non-SMSA Counties 3.6
iWA Walla Walla.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-31 August 2018
1
1
Yakima,WA:
SMSA Counties:
Yakima,WA 9.7
WA Yakima.
Non-SMSA Counties 7.2 1
WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan.
Seattle,WA:
1
SMSA Counties:
Seattle Everett,WA 7.2
WA King;WA Snohomish.
Tacoma,WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA
Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston;
WA Whatcom. '
Portland, OR:
SMSA Counties:
Portland, OR-WA 4.5
WA Clark.
Non-SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on-site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal Contract
compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part
60-4 shall be based on its implementation of the Equal Opportunity Clause, specific
affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a),
and its efforts to meet the goals. The hours of minority and female employment and training
must be substantially uniform throughout the length of the contract, in each construction
craft and in each trade, and the Contractor shall make a good faith effort to employ
minorities and women evenly on each of its projects. The transfer of minority or female
employees or trainees from Contractor to Contractor or from project to project for the sole
purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive
Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured
against the total work hours performed.
3. The Contractor shall provide written notification to the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction
subcontract in excess of $10,000 or more that are Federally funded, at any tier for
constructionresulting
work under the contract from this solicitation. The notification
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-32 August 2018
I
I
shall list the name, address and telephone number of the Subcontractor; employer
I
identification number of the Subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the geographical area
in which the contract is to be performed. The notification shall be sent to:
IU.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific Region
Attn: Regional Director
I
San Francisco Federal Building
90 7th Street, Suite 18-300
San Francisco, CA 94103(415)625-7800 Phone
I
(415)625-7799 Fax
Additional information may be found at the U.S. Department of Labor
I
website: https://www.dol.gov/ofccp/reps/compliance/preaward/cnstnote.htm
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
IStandard Federal Equal Employment Opportunity Construction Contract Specifications
(Executive Order 11246)
I1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation from
I
which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance Programs,
I
United States Department of Labor, or any person to whom the Director
delegates authority;
c. Employer Identification Number means the Federal Social Security number
I
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
I
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial Groups of
Africa.
I (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American, or
I
other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the original
peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands
Iand Samoa.
1
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-33 August 2018
I
1
(4) American Indian or Alaskan Native, a person having origins in any of
the original peoples of North America, and who maintain cultural
identification through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each subcontract
in excess of $10,000 the provisions of these specifications and the Notice which
contains the applicable goals for minority and female participation and which is set forth
in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an association, its affirmative action obligations on all work in the Plan area
(including goals and timetables) shall be in accordance with that Plan for those trades
which have unions participating in the Plan. Contractors must be able to demonstrate
their participation in and compliance with the provisions of any such Hometown Plan.
Each Contractor or Subcontractor participating in an approved Plan is individually
required to comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has employees.
The overall good faith performance by other Contractors or Subcontractors toward a
goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's
failure to take good faith effort to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in
paragraphs 7a through 7p of this Special Provision. The goals set forth in the
solicitation from which this contract resulted are expressed as percentages of the total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered construction contractors performing
construction work in geographical areas where they do not have a Federal or federally
assisted construction contract shall apply the minority and female goals established for
the geographical area where the work is being performed. The Contractor is expected
to make substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union
with whom the Contractor has a collective bargaining agreement, to refer either
minorities or women shall excuse the Contractor's obligations under these
specifications, Executive Order 11246, or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees must be employed by the Contractor
during the training period, and the Contractor must have made a commitment to employ
the apprentices and trainees at the completion of their training, subject to the
availability of employment opportunities. Trainees must be trained pursuant to training
programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the Contractor's compliance with these specifications I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-34 August 2018
1
1
I
shall be based upon its effort to achieve maximum results from its action. The
' Contractor shall document these efforts fully, and shall implement affirmative action
steps at least as extensive as the following:
I
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
I
specifically ensure that all foremen, superintendents, and other on-site
supervisory personnel are aware of and carry out the Contractor's obligation to
maintain such a working environment, with specific attention to minority or
I
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
I sources, provide written notification to minority and female recruitment sources
and to community organizations when the Contractor or its unions have
employment opportunities available, and maintain a record of the
organizations' responses.
Ic. Maintain a current file of the names, addresses and telephone numbers of
each minority and female off-the-street applicant and minority or female
I
referral from a union, a recruitment source or community organization and of
what action was taken with respect to each such individual. If such individual
was sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this
I shall be documented in the file with the reason therefor, along with whatever
additional actions the Contractor may have taken.
Id. Provide immediate written notification to the Director when the union or unions
with which the Contractor has a collective bargaining agreement has not
referred to the Contractor a minority person or woman sent by the Contractor,
or when the Contractor has other information that the union referral process
1 has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunity and/or participate in training programs
' for the area which expressly include minorities and women, including
upgrading programs and apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs funded or
I approved by the U.S. Department of Labor. The Contractor shall provide
notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to
I unions and training programs and requesting their cooperation in assisting the
Contractor in meeting its EEO obligations; by including it in any policy manual
and collective bargaining agreement; by publicizing it in the company
newspaper, annual report, etc.; by specific review of the policy with all
I management personnel and with all minority and female employees at least
once a year; and by posting the company EEO policy on bulletin boards
accessible to all employees at each location where construction work is
I
performed.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-35 August 2018
I
1
g. Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on-site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the
initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female news
media, and providing written notification to and discussing the Contractor's
EEO policy with other Contractors and Subcontractors with whom the
Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority, female and 1
community organizations, to schools with minority and female students and to
minority and female recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship or
other training by any recruitment source, the Contractor shall send written
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority
persons and women and where reasonable, provide after school, summer and
vacation employment to minority and female youth both on the site and in
other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an obligation 1
to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority and 1
female personnel for promotional opportunities and encourage these
employees to seek or to prepare for, through appropriate training, etc., such
opportunities. j
m. Ensure that seniority practices, job classifications, work assignments and other
personnel practices, do not have a discriminatory effect by continually
monitoring all personnel and employment related activities to ensure that the
EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single-user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-36 August 2018
1
I
1
circulation of solicitations to minority and female contractor associations and
1 other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
' performance under the Contractor's EEO policies and affirmative action
obligations.
8. Contractors are encouraged to participate in voluntary associations which assist in
' fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts
of a contractor association, joint contractor-union, contractor-community, or other
similar group of which the Contractor is a member and participant, may be asserted as
fulfilling any one or more of the obligations under 7a through 7p of this Special
Provision provided that the Contractor actively participates in the group, makes every
effort to assure that the group has a positive impact on the employment of minorities
and women in the industry, ensure that the concrete benefits of the program are
reflected in the Contractor's minority and female work-force participation, makes a good
faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf of the
' Contractor. The obligation to comply, however, is the Contractor's and failure of such a
group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.
' 9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and female,
and all women, both minority and non-minority. Consequently, the Contractor may be
' in violation of the Executive Order if a particular group is employed in substantially
disparate manner (for example, even though the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific
' minority group of women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to
' discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions,
terminations and cancellations of existing subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and its implementing regulations by
the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and
1 Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
' specific affirmative action steps, at least as extensive as those standards prescribed in
paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts
to ensure equal employment opportunity. If the Contractor fails to comply with the
requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-37 August 2018
r
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out, to submit reports
relating to the provisions hereof as may be required by the government and to keep
records. Records shall at least include, for each employee, their name, address,
telephone numbers, construction trade, union affiliation if any, employee identification
number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per
week in the indicated trade, rate of pay, and locations at which the work was
performed. Records shall be maintained in an easily understandable and retrievable
form; however, to the degree that existing records satisfy this requirement, the
Contractors will not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other '
laws which establish different standards of compliance or upon the application of
requirements for the hiring of local or other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block Grant
Program).
16. Additional assistance for Federal Construction Contractors on contracts administered
by Washington State Department of Transportation or by Local Agencies may be found
at:
Washington State Dept. of Transportation ,
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE '
Olympia WA
98504-7314
Ph: 360-705-7090
Fax: 360-705-6801
http://www.wsdot.wa.gov/equalopportunity/default.htm
(April 3, 2018 WSDOT GSP) '
Supplement this Section with the following:
Disadvantaged Business Enterprise Participation I
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and
USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract.
Demonstrating compliance with these Specifications is a Condition of Award (COA) of this
Contract. Failure to comply with the requirements of this Specification may result in your Bid
being found to be .nonresponsive resulting in rejection or other sanctions as provided by
Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, materials, or supplies required for the
performance of the Contract; or, persons/companies who arrange or expedite
transactions. 111
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-38 August 2018
i
' 1
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.
I
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 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
I 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
111 to be paid under the contract is commensurate with the work it is actually
performing and the DBE credit claimed for its performance of the work, and other
relevant factors."
I 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 seller to furnish supplies or services (including, but not limited to, construction
1 and professional services) and the buyer to pay for them. For purposes of this part,
a lease is considered to be a contract."
IDisadvantaged Business Enterprise (DBE) — A business firm certified by the
,I 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.
IForce 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 thisart which, bytheir scope, intensity, and appropriateness to
P
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
1 equipment required under the Contract. A DBE Manufacturer shall produce
finished goods or products from raw or unfinished material or purchase and
substantially alters goods and materials to make them suitable for construction use
before reselling them.
11
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-39 August 2018
1
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 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 must commit to by submission of the Utilization Certification Form
and/or by Good 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: *** 8% ***
DBE Eligibility/Selection of DBEs I
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
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
gust 2018
SP-40 Au
Bid Document 9
1
OMWBE Suspended DBE Firms list. A DBE firm that is included on this list may not enter
' into new contracts that count towards participation.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
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
1 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.
DBE credit will not be given in instances where the equipment lease includes the
operator. The DBE is expected to operate the equipment used in the performance
of its work under the contract with its own forces. Situations where equipment is
leased and used by the DBE, but payment is deducted from the Contractor's
payment to the DBE is not allowed.
1 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.
2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, but not a
UDBE, may be counted as DBE race-neutral participation but not counted
toward the UDBE COA Goal.
3. Work 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.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-41 August 2018
1
t
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.
Force Account Work
When the Contractor elects to utilize force account Work to meet the UDBE COA
Goal, as 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 I
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
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. '
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 materials 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.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-42 August 2018
I
I
I
The trucking Work subcontracted to any non-DBE trucking firm will not receive
I 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.
IDBE credit for a truck broker is limited to the fee/commission that the DBE receives
for arranging transportation services.
I Truck registration and lease agreements shall be readily available at the project
site for the Engineer review.
IWhen Trucking is a UDBE Commitment, the following apply:
1. If the trucking firm is a UDBE, participation may count towards the UDBE
COA Goal.
I2. The Work that a UDBE trucking firm performs with trucks it leases from
other certified UDBE trucking firms qualify for 100% credit towards the
IUDBE COA Goal.
3. The UDBE may lease trucks from a non-UDBE truck leasing company, but
I can only receive credit towards UDBE participation if the UDBE uses its
own employees as drivers.
DBE Manufacturer and DBE Regular Dealer
IOne hundred percent (100%) of the cost of the manufactured product obtained
from a DBE manufacturer can count as DBE participation. If the DBE manufacturer
Iis 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
I 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 DBE credit shall be limited to the fee or commission it
I 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.
I 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
I 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.
I 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
I 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
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-43 August 2018
I
1
1
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
42XXXX NAICS Wholesale code section. 111Underutilized Disadvantaged Business Enterprise Utilization
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.
• Force account at 50%
• Regular dealer at 60% ,
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.
Underutilized Disadvantaged Business Enterprise Written Confirmation Document(s) 1
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 1
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.
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.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-44 August 2018
1
I
I
A UDBE Written Confirmation Document (WSDOT Form 422-031U) is included in the
IProposal package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9
IDelivery 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.
ISelection 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
I
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
Ithe UDBE Utilization Certification.
Achieving the UDBE COA Goal may be accomplished in one of two ways:
1 1. By meeting the UDBE COA Goal
Submission of the UDBE Utilization Certification and supporting UDBE Written
I Confirmation Document(s) showing the Bidder has obtained enough UDBE
participation to meet or exceed the UDBE COA Goal.
2. By documentation that the Bidder made adequate GFE to meet the UDBE
ICOA Goal
The Bidder may demonstrate a GFE in whole or part through GFE
I 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
IUDBE Written Confirmation Document(s).
Note: In the case where a Bidder is awarded the contract based on
Idemonstrating adequate GFE, the advertised UDBE COA Goal will not be
I reduced. The Bidder shall demonstrate a GFE during the life of the
Contract to attain the advertised UDBE COA Goal.
IGFE documentation shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will determine if the Bidder
made an adequate good faith effort.
IGood Faith Effort (GFE) Documentation
' GFE is evaluated when:
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-45 August 2018
1
•
1. Determining award of a Contract that has COA goal,
2. When a COA UDBE is terminated and substitution is required, and 111
3. Prior to Physical Completion when determining whether the Contractor has
satisfied its UDBE commitments. 111
49 CFR Part 26, Appendix A is intended as general guidance 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.
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
111
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.
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 I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-46 August 2018
1
I
I
does not relieve the Bidder of the responsibility to make Good Faith
I Efforts. Contractors are not, however, required to accept higher quotes
from UDBEs if the price difference is excessive or unreasonable.
I 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. non-union employee status)
I are not legitimate causes for the rejection or non-solicitation of bids in the
Contractor's efforts to meet the UDBE COA Goal.
I 5. Making efforts to assist interested UDBEs in obtaining bonding, lines of credit,
or insurance as required by the recipient or Contractor.
I 6. Making efforts to assist interested UDBEs in obtaining necessary equipment,
supplies, materials, or related assistance or services.
7. Effectively using the services of available minority/women community
I 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
Iplacement of UDBEs.
8. Documentation of GFE must include copies of each UDBE and non-DBE
subcontractor quotes submitted to the Bidder when a non-DBE subcontractor
I 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 decision on the adequacy of the Bidder's GFE
documentation shall be made by an official who did not take part in the original
determination.
I • Only original GFE documentation submitted as a supplement to the Bid shall
be considered. The Bidder shall not introduce new documentation at the
Ireconsideration hearing.
• The Bidder shall have the opportunity to meet in person with the official for the
is 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
I reconsideration within five working days of the hearing explaining the basis for
their finding.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-47 August 2018
I
1
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional information I
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
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.
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 value of the UDBE portion. I
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. I
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 DBE. 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 I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-48 August 2018
1
I
I
Goal. Leasing of equipment from a leasing company is allowed. However,
I leasing/purchasing equipment from the Contractor is not allowed. Lease
agreements shall be readily available for review by the Engineer.
I 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.
IThe 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
I
obtain the appearance of DBE participation.
The following are some of the factors that the Engineer will use in determining
whether a DBE trucking company is performing a CUF:
• The DBE shall be responsible for the management and supervision of the
entire trucking operation for which it is responsible on the contract. The
I owner demonstrates business related knowledge, shows up on site and is
determined to be actively running the business.
I • The DBE shall with its own workforce, operate at least one fully licensed,
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
IDBE and reflected on the DBE's payroll.
SI , • 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
I 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.
1
1 UDBE Utilization Plan
an
IThe 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
I supplier of 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
Iacts solely as the guarantor.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-49 August 2018
1
r
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.
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, 111
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
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 1
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.
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs 1
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
contract.
Changes in COA Work Committed to UDBE
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 111
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 I
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.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-50 August 2018
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
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 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.
' 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 to perform the Work of its subcontract in a way
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.
• 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.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-51 August 2018
1
1
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 r
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 faith or discriminatory action of the
Contractor (e.g., the failure of the Contractor to make timely payments or
the unnecessary placing of obstacles in the path of the UDBE's Work).
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 I
Breach of Contract
Each contract with a Contractorand 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
P
appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments; r
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-52 August 2018
1
I
I
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as non-responsible.
Notice
1 1 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 the specific sanctions to be imposed which may
include impacting a Contractor or other entity's ability to participate in future
contracts.
ISanctions
I 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
I 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
I
Compensation for all costs involved with complyingwith the conditions of this Specification
P P
and any other associated DBE requirements is included in payment for the associated
Contract items of Work, except otherwise provided in the Specifications.
1-07.12 Federal Agency Inspection
1 Section 1-07.12 is supplemented with the following:
(January 25, 2016 WSDOT GSP)
Required Federal Aid Provisions
IThe Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised
May 1, 2012 and the amendments thereto supersede any conflicting provisions of the
I
Standard Specifications and are made a part of this Contract; provided, however, that if any
of the provisions of FHWA 1273, as amended, are less restrictive than Washington State
Law, then the Washington State Law shall prevail.
I
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be
included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and
Iamendments thereto in any lower tier Subcontracts, together with the wage rates. The
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is
inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this
Ipurpose, upon request to the Project Engineer, the Contractor will be provided with extra
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-53 August 2018
II
I
1
copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this
Special Provision. I
1-07.13 Contractor's Responsibility for Work
1-07.13(4) Repair of Damage r
Section 1-07.13(4) is revised to read
(August 6, 2001 WSDOT 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
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 r
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP) ,
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of
1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at ground
level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass
the diameter of the plant as measured from the outer edge of the plant. I
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, Option 1)
Supplement this Section with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The 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 Lakehaven Utility District
Attn: Jerry Steele 31623 First Ave South
410 Valley Ave NW, Suite 12-C Federal Way, WA 98063
Puyallup, WA 98371 Attn: Wes Hill
Telephone: (253) 288-7532 Tel: (253) 946-5440 I
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-54 August 2018
I
I
1
CenturyLink Puget Sound Energy
I 23315 66th Ave S 3130 S 38th St
Kent, WA 98032 Tacom, WA 98409
Attn: Jason Tesdal Attn: Sandy Leek
ITel: (206) 345-3488 Tel: (253) 381-7313
(April 2, 2007 WSDOT GSP, OPTION 2)
ISection 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
IPublic 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
I these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project. It is anticipated that utility
adjustment, relocation, replacement or construction within the project limits will be
Icompleted as follows:
• PSE Gas has completed installation of a new gas line along S 298th St (approx. STA
1+00 to 2+50) and along Military Road (approx. STA 13+60 to 13+80) and abandon
Iexisting gas line along the south side of S 298th St.
• Lakehaven will relocate the existing water meter for the residence at 2672 S 298th
IStreet and provide adjustment of water valve boxes within the roadway.
• Any other relocations, replacements, or adjustments as necessary
I 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.
IThe following addresses and telephone numbers of utility companies or their Contractors
that will be adjusting, relocating, replacing or constructing utilities within the project limits are
I supplied for the Contractor's use:
• See contact info listed in Section 1-07.17, Option 1
IThe Contractor shall:
• Provide franchise utilities with a minimum two-week advance notice to facilitate
scheduling for their crews. Work will be completed by utilities after the area has been
Iprepared by the City's contractor, including excavation and staking of appurtenant
facilities such as right-of-way & back of sidewalk (line & grade).
1-07.18 Public Liability and Property Damage Insurance
I
Delete this Section in its entirety, and replace it with the following:
III City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-55 August 2018
I
1
1
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 1
subsections of section 1-07.18 of these Special Provisions, from insurers with a
current A. M. Best rating of not less than A-: VII and licensed to do business in the
State of Washington. The Contracting Agency reserves the right to approve or
reject the insurance provided, based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for
thirty (30) days after the Physical Completion date, unless otherwise indicated
below. '
C. If any insurance policy is written on a claims made form, its retroactive date, and
that of all subsequent renewals, shall be no later than the effective date of this
Contract. The policy shall state that coverage is claims made, and state the111
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 responsibility111
for liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory
insurance as respects the Contracting Agency's insurance, self-insurance, or self-
insured pool coverage. Any insurance, self-insurance, or self-insured pool
coverage maintained by the Contracting Agency shall be excess of the
Contractor's insurance and shall not contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds
with written notice of any policy cancellation, within two business days of their
receipt of such notice.
F. The Contractor shall not begin work under the Contract until the required
insurance has been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may,
after giving five business days' notice to the Contractor to correct the breach,
immediately terminate the Contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums
so expended to be repaid to the Contracting Agency on demand, or at the sole
discretion of the Contracting Agency, offset against funds due the Contractor from
the Contracting Agency.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-56 August 2018
1
1
I
H. All costs for insurance shall be incidental to and included in the unit or lump sum
Iprices of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
IAll 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:
I • the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
I • KPG, P.S. and its officers, employees, agents, and subconsultants.
• Consultants hired by the Contracting Agency for design, construction support, or
Imaterials testing
The above-listed entities shall be additional insured(s) for the full available limits of
I 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)
I describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
Ioperations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
I 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
Idetermining 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
I 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.
I 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.
I1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
I 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
City of Federal Way RFB 18-007
IIII
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-57 August 2018
I
I
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 I
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. I
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
111
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products-completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project I
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-58 August 2018
1
1
I
Contractor shall maintain Commercial General Liability Insurance arising out of the
' Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
I $2,000,000 Products & Completed Operations Aggregate
1,000,000 Personal &Advertising Injury each offence
I $1,000,000 Stop Gap/ Employers' Liability each accident
1-07.18(5)B Automobile Liability
IAutomobile 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
Iand CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000I single Combined sin le limit each accident
1-07.18(5)C Workers' Compensation
IThe Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1 1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
I
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
IContractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
I 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
Ithe overall required limits of insurance.
1-07.23 Public Convenience and Safety
1 1-07.23(1) Construction Under Traffic
Section 1-07.23(1) is supplemented with the following:
(January 2, 2012 WSDOT GSP)
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-59 August 2018
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The I
WZCZ applies only to temporary roadside objects introduced by the Contractor's operations
and does not apply to preexisting conditions or permanent Work. Those work operations that
are actively in progress shall be in accordance with adopted and approved Traffic Control
Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ unless they 1
are protected by permanent guardrail or temporary concrete barrier. The use of temporary
concrete barrier shall be permitted only if the Engineer approves the installation and
location. ,
During actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the WZCZ and only construction vehicles
absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or
park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the Contractor has requested
the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows: I
Minimum Work Zone Clear Zone Distance
figura •i % '�ost d ,; yDistanceFro ravel d;yVa. ,w
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
(January 5, 2015 WSDOT GSP)
Lane closures are subject to the following restrictions: ,
• The Contractor shall provide flaggers, signs, and other traffic control devices. The
Contractor shall erect and maintain all construction signs, warning signs, detour
signs, and other traffic control devices necessary to warn and protect the public at all
times from injury or damage as a result of the Contractor's operations which may
occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or
adjacent to any traveled way until all necessary signs and traffic control devices are
in place.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-60 August 2018
I
I
• Unless otherwise approved or shown on plans, the Contractor shall maintain two-way
I traffic during construction. The Contractor shall maintain continuous two-way traffic
along streets throughout the project site. The Contractor shall have the option, with
the approval of the Engineer, of momentarily interrupting the continuous two-way
I traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize driver confusion.
A momentary interruption shall be defined as a period of time not to exceed two (2)
I minutes. Regardless of the period of time no queue greater than ten (10) cars in
length will be allowed.
• One lane in each direction shall be maintained on Military Road with no exceptions
I given during peak traffic hours, which is defined as weekdays 7:00 am to 9:00 am
and 4:00 pm to 6:00 pm.
I • Left turns may be restricted (by the Contractor) within the project limits at the
discretion of the Project Engineer.
• Access to side streets shall be maintained at all times.
• Pedestrian Access: The Contractor shall keep all pedestrian routes and access
points (including sidewalks, and crosswalks when located within the project limits)
I open and clear at all times unless permitted otherwise by the Engineer in an
approved traffic control plan. An ADA accessible route must be provided through the
project site at all times.
I • Signs and Traffic Control Devices: All signs and traffic control devices 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
Imotorists.
• Transit / School Buses: Vehicular access for buses shall not be restricted through
I the project site. Bus stops shall remain ADA accessible to pedestrians at all times
throughout the project.
• The Contractor shall be responsible for notifying all affected property owners prior to
Icommencing the barricading of driveways.
• The Contractor shall, at all times throughout the project, conduct the work in such a
I manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as
possible. The streets, sidewalks and private driveways shall be kept open by the
Contractor except for the brief periods when actual work is being done. The
Contractor shall so conduct his operations so as to have under construction no
greater length or amount of work than he can prosecute vigorously and he shall not
open up sections of the work and leave them in an unfinished condition.
I
• Night Work: Working at night will not be allowed for this Project.
If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer
I may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any
change in the closure hours.
ICity of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-61 August 2018
I
1
Lane closures are not allowed on any of the following:
1. A holiday, '
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are
considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and
the holiday.
3. After 12:00 pm on the day prior to a holiday or holiday weekend, and
4. Before 7:00 am on the day after the holiday or holiday weekend. 1
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this Section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
111
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 I
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right of
Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the right of way or easement is available or that
the right of entry has been received. If the Contractor is delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted. ,
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-62 August 2018
r
1
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
(May 25, 2006 APWA GSP)
Add the following new Section:
' 1-08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
' 1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or
affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
' 6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
' Add the following new Section:
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-63 August 2018
1
1
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8-hour period between
7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the
Contractor desires different than the normal working hours stated above, the request
must be submitted in writing prior to the preconstruction conference, subject to the
provisions below. The working hours for the Contract shall be established at or prior to
the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions 1
(such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the Contractor
shall submit a written request to the Engineer for consideration. This request shall state
what hours are being requested, and why. Requests shall be submitted for review no
later than noon on the workind day prior to the day(s) the Contractor is requesting to
change the hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
• include, but are not limited to: survey crews; personnel from the Contracting
Agency's material testing lab; inspectors; and other Contracting Agency
employees or third party consultants when, in the opinion of the Engineer,
such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour period.
4. If a 4-10 work schedule is requested and approved the non working day for
the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll
1-08.1 Subcontracting
(May 17, 2018 APWA GSP, Option A)
The eighth and ninth paragraphs are revised to read: ,
The Contractor shall certify to the actual amount received from the Contracting Agency and
amounts paid to all firms that were used as Subcontractors, lower tier subcontractors,
manufacturers, regular dealers, or service providers on the Contract. This includes all
Disadvantaged, Minority, Small, Enterprise or Women's Business Enter rise firms. This
Certification shall be submitted to the Engineer on a monthly basis each month between
Execution of the Contract and Physical Completion of the Contract using the application
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-64 August 2018
I
available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for
I' ' every month between Execution of the Contract and Physical Completion regardless of
whether payments were made or work occurred.
IThe Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 39.76.020,
and 39.76.040, in particular regarding prompt payment to Subcontractors. Whenever the
Contractor withholds payment to a Subcontractor for any reason including disputed amounts,
the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy
I to the Contracting Agency identifying the reason for the withholding and a clear description
of what the Subcontractor must do to have the withholding released. Retainage withheld by
the Contractor prior to completion of the Subcontractors work is exempt from reporting as a
' payment withheld and is not included in the withheld amount. The Contracting Agency's
copy of the notice to Subcontractor for deferred payments shall be submitted to the Engineer
concurrently with notification to the Subcontractor.
I Section 1-08.1 is supplemented with the following
(October 12, 1998 WSDOT GSP)
I Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
I subcontract agreements include all the documents required by the Special Provision Federal
Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
1 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).
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
I 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
Iavailable and open to similar inspection or audit for the same time period.
1-08.3 Progress Schedule
I
1-08.3(2) Progress Schedule Types
1-08.3(2)A Type A Progress Schedule
I (March 13, 2012 APWA GSP)
Revise this Section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the
IDreconstruction conference, or some other mutually agreed upon submittal time. The
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
1 III Bid Document SP-65 August 2018
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 I
(August 7, 2006 WSDOT GSP, Option 2)
The Contractor shall begin work no earlier than the begin work date stated in the written '
notice provided by the Engineer. The Engineer will provide a minimum of 10 calendar days
written notice for the date identified as the first working day.
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given by
the Engineer. The Contractor shall commence construction activities on the project site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Contractor shall diligently pursue the work to the physical completion date within the time
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor
shall not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted the
installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion 1
(August 7, 2006 WSDOT GSP, Option 1)
Contract time shall begin on the date stated in the written notice provided to the Contractor. I
In no case shall the beginning of contract time be prior to October 1, 2018 or later than
March 4, 2019.
(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
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-66 August 2018
1
I
i
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days: (1)
charged to the contract the week before; (2) specified for the physical completion of the
contract; and (3) remaining for the physical completion of the contract. The statement will
also show the nonworking days and any partial or whole day the Engineer declares as
unworkable. Within 10 calendar days after the date of each statement, the Contractor shall
file a written protest of any alleged discrepancies in it. To be considered by the Engineer,
the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and
1 I amount of time disputed. By not filing such detailed protest in that period, the Contractor
shall be deemed as having accepted the statement as correct. If the Contractor is approved
to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in
I 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.
IRevise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
I 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:
I1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
I 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:
Ia. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
I c. Monthly Reports of Amounts Credited as DBE Participation, as required by the
Contract Provisions.
d. Final Contract Voucher Certification
I
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and
all Subcontractors
' i
f. Property owner releases per Section 1-07.24
Section 1-08.5 is supplemented with the following:
(March 13, 1995 WSDOT GSP, Option 7)
I
This project shall be physically completed within 60 working days.
. 1-08.6 Suspension of Work
Section 1-08.6 is supplemented with the following:
(January 3, 2017 WSDOT GSP)
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-67 August 2018
I
I
Contract time may be suspended for the HMA mix design evaluation report or for
procurement of critical materials (Procurement Suspension). In order to receive a
Procurement Suspension, the Contractor shall within 21 calendar days after execution by the
Contracting Agency, submit all HMA mix designs not already on the QPL according to
Section 5-04.2(1) or place purchase orders for all materials deemed critical by the
Contracting Agency for Physical Completion of the Contract. The Contractor shall provide a
copy of the completed WSDOT Form 350-042 indicating the date the mix design was
submitted, or copies of purchase orders for the critical materials. Such purchase orders shall
disclose the purchase order date and estimated delivery dates for such critical material.
The Contractor shall show the HMA mix design evaluation report or procurement of the
critical materials listed below as activities in the Progress Schedule. If the approved
Progress Schedule indicates that acceptance of the HMA mix designs or materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar days,
then Contract time will be suspended upon Physical Completion of all critical work except
that work dependent upon the below listed critical materials:
*** Street Lighting Poles *** '
Charging of Contract time will resume upon the Contractor's receipt of a WSDOT mix design
evaluation report or delivery of the critical materials to the Contractor, notification that the
critical materials are ready for delivery to the Contractor from the Contracting Agency's
Materials Laboratory, or *** 50 *** calendar days after execution by the Contracting Agency,
whichever occurs first.
No additional Procurement Suspension will be provided if the Contractor's HMA mix designs
did not meet Contract requirements and are resubmitted.
1-08.9 Liquidated Damages ,
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for liquidated
damages shown above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct
engineering and related costs assignable to the project until the actual Physical Completion
Date of all the Contract Work. The Contractor shall complete the remaining Work as
promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a
written schedule for completing the physical Work on the Contract. '
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment I
(July 23, 2015 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph to read:
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-68 August 2018
1
I
I
Test results and scale weight records for each day's hauling operations are provided to the
I 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
Itruck on the printed ticket.
1-09.2(5) Measurement
I (May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
111
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
9 9
I
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this Section with the following:
I
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
I
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
I
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actualquantities of Workperformed accordingto the
pY
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
I 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.
IProgress 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.
I
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.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-69 August 2018
1
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 1
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum '
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or
other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and 1
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance or
an admission by the Contracting Agency that any work has been satisfactorily completed.
The determination of payments under the contract will be final in accordance with Section
1-05.1.
1-09.9(1) Retainage 1
Section 1-09.9(1) content and title is deleted and replaced with the following:
(June 27, 2011 WSDOT)
Vacant
1-09.11 Disputes and Claims
1-09.11(3) Time Limitation and Jurisdiction
(July 23, 2015 APWA GSP)
Revise this Section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties that
any claims or causes of action which the Contractor has against the Contracting Agency
arising from the Contract shall be brought within 180 calendar days from the date of final
acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further
agreed that any such claims or causes of action shall be brought only in the Superior Court
of the county where the Contracting Agency headquarters is located, provided that where
an action is asserted against a county. RCW 36.01.05 shall control venue and lurisdiction.
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 '
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-70 August 2018
it
mutually agreed by the parties that when any claims or causes of action which the
I 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 Agencv
' to assist in evaluating the claims or action.
1-09.13 Claims Resolution
I
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
IThe 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
I
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
(October 1, 2005 APWA GSP)
I Revise the third paragraph to read:
I 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.
111 provided that where claims subiect to arbitration are asserted against a county, RCW
36.01.05 shall control venue and iurisdiction of the Superior Court. The decision of the
arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use
the Contract as a basis for decisions.
' 1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
1-10.1(2) Description
(April 12, 2018 CFW GSP- STREETS ENV)
ISection 1-10.1(2) is supplemented with the following:
City of Federal Way Project Signs
I 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 available from the City.
1-10.2 Traffic Control Management
I1-10.2(1) General
Section 1-10.2(1) is supplemented with the following:
I (January 3, 2017 WSDOT 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:
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-71 August 2018
1
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
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept.Toll Free(877)642-4637
Phone: (540)368-1701
1-10.2(2) Traffic Control Plans
(April 12, 2018 CFW GSP- STREETS DIV)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during the
construction of the project: '
1. If the Contractor opts to utilize traffic control plans other than those provided in these
Contract Documents, the Contractor shall provide traffic control plans to the City of
Federal Way for review and approval a minimum of five (5) working days prior to
implementation. These plans shall supplement Construction Staging Plans. The plans
as provided by the Contractor shall include and not be limited to the following
information:
• Stop line locations with station and offset to verify safety of intersection turning
radius for vehicles.
• Minimum lane widths provided for vehicular travel. '
• Turn pocket length, gap, and tapers in conformance with the City of Federal Way
Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall provide
temporary striping, reflective marking tape, and/or reflective tubular markers as
required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control device
spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends
and shall be signed by the preparer.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-72 August 2018
I
I
1-10.4 Measurement
I1-10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
II
Section 1-10.4(2) is supplemented with the following:
The proposal does not contain the item "Project Temporary Traffic Control", lump sum. The
Iprovisions of Section 1-10.4(2) shall apply.
End of Division 1
I
I
I
' 1
I
I
I
I
I
I
I
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP•1031(005)
Bid Document SP-73 August 2018
I
1
DIVISION 2
EARTHWORK '
2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description '
(Special Provision)
Section 2-01.1 is supplemented with the following: '
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as noted on the plans or as directed by the Engineer
to accommodate the improvements. Tree removal shall include removal of stumps and/or
grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Requirements
2-01.3(3) Vacant
Delete this Section and replace it with the following: '
2-01.3(3) Clearing Limit Fence
(April 12, 2018 CFW GSP- STREETS DIV) t
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing with
mesh openings 1%-inch by 3-inches nominal and weigh at least 7 oz. per linear foot. Either
wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1%
inches by 1% inches by the minimum length of 5 feet, and shall be free of knots, splits, or
gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe
with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of
1.35 lbs./ft. or other steel posts having equivalent strength and bending resistance to the
post sizes listed. The spacing of the support posts shall be a maximum of 6% feet.
(Special Provision)
Payment for clearing limit fence shall be per "High Visibility Fence" per Section 8-01 of these '
Special Provisions.
2-01.3(4) Roadside Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or adjacent '
landscapes that were unavoidably damaged due to the performance or installation of the
specified work. Unavoidable damage shall be determined only by the Engineer. All
materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable
sections of the Standard Specifications or Special Provisions, whichever may apply. All
work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable
sections of the Standard Specifications. The Contractor shall review the work with the
Engineer and receive approval to proceed prior to commencing the work.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-74 August 2018
I
I
2-01.4 Measurement,
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-01.4 is supplemented with the following:
I "Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance,
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid
item.
I "Roadside Cleanup", will be measured by force account.
2-01.5 Payment
I
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-01.5 is supplemented with the following:
I "Clearing and Grubbing", on a lump sum basis.
"Roadside Cleanup", by force account.
I2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
I (Special Provision)
Section 2-02.1 is supplemented with the following:
' The Contractor shall remove and dispose of all items shown on the site preparation plans
and other minor items necessary to complete the work. The following partial list of items to
be removed and disposed of is provided for the convenience of the contractor. The
I
contractor shall review the plans, specifications and project site to verify other items to be
removed:
Sheet Location Structure/Obstruction Quantity
' 8 12+45, LT Trees 5
8 12+95, RT Tree 1
I 8 14+40, RT Boulders (Unspecified)
8 14+40 LT Stump 1
8 14+45 LT Tree 1
I 8 NW Corner Chainlink Fence Approx. 90 LF
8 NW Corner Block Wall Approx. 20 LF
Drainage Structure &
20 NE Corner 7LF of Pipe 1
I 20 01+50 LT CulvertPP
P P i e Approx. 44 LF
I Backfill of voids created by removal of structures and obstructions shall be performed using
gravel borrow paid in accordance with the Bid Schedule unless otherwise specified herein.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-75 August 2018
1
1
Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included
in the "Roadway Excavation Incl. Haul" bid item.
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 1
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate
the areas of pavement removal from those areas of pavement to remain. The Engineer
shall approve the equipment and procedures used to make the full-depth sawcut. No
wastewater from the sawcutting operation shall be released directly to any stream or
storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the
entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in
accordance with Section 2-03.
Add the following new Sections: '
2-02.3(4) Removal of Drainage Structures
(April 12, 2018 CFW GSP- STREETS DIV)•
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove existing catch basins, manholes, pipes, and other drainage features in
accordance with Section 2-02 of the Standard Specifications. Removal shall be
conducted in such a manner as to prevent damage to surrounding facilities including any
existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain.
All remaining facilities including but not limited to storm sewers, sanitary sewers,
monuments, valves, vaults, and electrical conduits damaged due to the Contractor's
operations shall be replaced by the Contractor to the satisfaction of the Engineer at no
additional cost to the Contracting Agency. Catch basins, manholes, and other drainage
structures designated for removal, including all debris, shall be completely removed. All
removed catch basins, manholes, and other drainage structures shall become the
property of the Contractor and shall be disposed of in accordance with Section 2-02 of
the Standard Specifications. All undamaged frames, grates, and solid covers in a re-
useable condition shall become the property of the City of Federal Way and shall be
delivered to a location specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb
and gutter surrounding the structure required for removal will be considered incidental to
the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be
in accordance with Section 2-02 of these Special Provisions. ,
Backfilling of catch basins, manholes, pipes and other drainage structures to be removed
and replaced shall not be performed until the new structure is installed and shall be in
accordance with Section 7-05. Backfilling of a structure to be replaced shall be
considered incidental to the construction and installation of the new catch basin,
manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-76 August 2018
1
1
other drainage structures to be completely removed shall be performed using gravel
Iborrow paid in accordance with the Bid Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans.
I Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled
with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Plugging
pipe ends shall be considered incidental and included in the pipe removal and no
additional payment will be made.
IThe Contractor shall maintain existing drainage, where designated by the Engineer, until
the new drainage system is completely installed and functioning.
I2-02.3(5) Adjust Existing Utility to Grade
(April 12, 2018 CFW GSP- STREETS DIV)
I
As shown on the Plans, utilities such as monuments, manholes, catch basin
existing
frames and grates, water valves, and meter boxes shall be adjusted to finished grade.
The Contractor shall, prior to the beginning of any work, familiarize himself with the
existing utility locations. Final adjustment shall be smooth and flush with finished grade.
The Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting
I utilities to grade, including coordinating the work with other utilities, shall be incidental to
the various items of work and no additional compensation will be allowed.
I Existing facilities shall be adjusted to the finished grade as shown on the Drawings and
as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful
and workmanlike manner to conform to the new grade. Special care shall be exercised in
all operations. Any damage occurring to the manholes, concrete inlets, monument cases,
I valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the
Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or
cement, and the interior of the manhole adjustment shall be mortared smoothly. All
I covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of
these references to the Engineer.
IThe manholes, catch basins, monument cases, meter boxes, and valve boxes shall be
adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished
I
grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete
collar installed and restored with 3 inches of crushed surfacing top course.
I 2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See detail referenced in
ISection 7-05.3(1).
2-02.3(6) Existing Utilities to Remain
I (April 12, 2018 CFW GSP- STREETS DIV)
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-77 August 2018
Utilities indicated on the Plans to remain shall be protected and supported in place in
such a manner that they remain functional and undamaged. Utilities indicated to remain111
that are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.4 Vacant '
(Special Provision)
Delete this Section and replace it with the following:
2-02.4 Measurement
No specific unit of measurement shall be applied to the lump sum bid item "Removal of
Structures and Obstructions". No Structure Excavation Class B quantities are indicated
on the Plans for the Removal of Structures and Obstructions. Structure Excavation
Class B for the removal of items shall be considered included in the associated bid item
for the removal.
"Sawcutting" shall be measured by the linear foot for pavement removal. Sawcutting
necessary for illumination, utility and stormwater installation are incidental to the
measurement and payment of those contract items.
2-02.5 Payment
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when '
included in the proposal:
"Removal of Structures and Obstructions", per lump sum. '
"Sawcutting", per linear foot.
2-03 ROADWAY EXCAVATION AND EMBANKMENT '
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP- STREETS DIV) '
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall remove
asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full-depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve the
equipment and procedures used to make the full-depth sawcut. No wastewater from the
sawcutting operation shall be released directly to any stream or storm sewer system.
The removed pavement shall become the property of the Contractor and shall be removed '
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and
to the satisfaction of the Engineer.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-78 August 2018
1
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
' measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be
made.
' 2-03.3 Construction Requirements
2-03.3(10) Selected Material
' (April 12, 2018 CFW GSP- STREETS DIV)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the project shall
meet the requirements of specified in Section 9-03.14(3)for Common Borrow. •
2-03.3(14) Embankment Construction
' 2-03.3(14)C Compacting Earth Embankments
(April 12, 2018 CFW GSP- STREETS DIV)
Change this Section as follows under heading "Moisture Content'
The moisture content shall not vary more than 1 percent wet to 3 percent dry of optimum as
determined by the tests described in Section 2-03.3(14)D. All compaction shall be per
' Method C of the Standard Specifications.
2-03.3(14)D Compaction and Moisture Control Tests
(April 12, 2018 CFW GSP- STREETS DIV)
Change this Section as follows under heading item 1. :
Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be
' determined using FOP for AASHTO TI80, Method D.
2-03.3(14)E Unsuitable Foundation Excavation
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-03.3(14)E is supplemented with the following:
All embankments shall be founded on dense, non-yielding granular foundation soil as
approved by the engineer. Remove all organic materials and debris, trash, and all other
deleterious material prior to beginning construction of new embankments. Proof roll the
foundation to verify dense non-yielding conditions. Unsuitable foundation encountered
' during structure excavation shall be considered incidental to "Roadway Excavation, Incl.
Haul."
2-03.3(14)G Backfilling
' (April 12, 2018 CFW GSP- STREETS DIV)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non-compatible materials from excavations prior to backfilling or
attempting to compact embankment soil. Place native soils or provide import Gravel Borrow
as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C,
' Compacting Earth Embankments, Method C.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-79 August 2018
Add the following new Section:
(Special Provision)
2-03.3(14)N Wet Weather Earthwork '
Wet weather generally begins in mid-October and continues through May, although
precipitation may occur at any time of the year. Earthwork completed in wet weather or
under wet conditions shall be accomplished in small sections to minimize exposure to
wet weather. Each section shall be sufficiently small so that the removal of soil and
placement of backfill can be accomplished on the same day. No soil shall be left un-
compacted and exposed to water. Soil that is too wet for compaction shall be removed
and replaced with Gravel Borrow material. Grading and earthwork should not be
accomplished during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP)
Section 2-03.4 is supplemented with the following: '
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original ground
elevations recorded previous to the award of this contract. Control stakes will be set during
construction to provide the Contractor with all essential information for the construction of
excavation and embankments.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly. ,
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
(April 12, 2018 CFW GSP- STREETS DIV)
Section 2-03.4 is supplemented with the following:
If the Contractor excavates outside the limits designated for "Roadway Excavation, Incl.
Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and
shall be included in the cost of other Bid Items.
(Special Provision)
Section 2-03.4 is supplemented with the following:
Roadway Excavation shall not be measured for payment for the removal of "Temporary '
Pavement"to required subgrade depth per the provisions of 5-04.3(22) herein.
"Gravel Borrow Incl. Haul" shall be measured and paid when backfilling subsequent to
Structure Excavation Class B. "Gravel Borrow Incl. Haul" will be measured per neatlines,
less volumes for structures, pipes, and bedding.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-80 August 2018
1
I
Gravel backfill subsequent to the removal of structures and obstructions shall be measured
Iand paid under the "Gravel Borrow Incl. Haul" bid item.
2-03.5 Payment
I (March 13, 1995 WSDOT GSP)
Section 2-03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
I included in the Mobilization.
(Special Provision)
I
Section 2-03.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
I "Roadway Excavation Incl. Haul", per cubic yard.
I "Unsuitable Foundation Excavation Incl. Haul", per cubic yard.
"Gravel Borrow Incl. Haul", per ton.
1 1 2-09 STRUCTURE EXCAVATION
2-09.3 Construction Requirements
' 2-09.3(1) General Requirements
2-09.3(1)E Backfilling
I (April 12, 2018 CFW GSP- STREETS DIV)
The first paragraph of Section 2-09.3(1) is replaced with the following:
Backfill for Structure Excavation Class B shall be "Gravel Borrow for Trench Backfill Inc.
Haul." Backfill subsequent to the removal of structures and obstructions shall be "Gravel
Borrow for Trench Backfill Incl. Haul." Native material may be used for backfill with approval
of the Engineer. Backfill materials shall be incidental to the various items in the Contract
Iand no additional payment will be made.
2-09.4 Measurement
I (Special Provision)
Supplement this Section with the following:
I Structure excavation shall be included in the respective structure installation bid item and no
additional measurement shall be made.
End of Division 2
I
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-81 August 2018
1
1
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources I
3-01.4(1) Acquisition and Development
(April 12, 2018 CFW GSP— STREETS DIV) 1
Section 3-01.4(1) is supplemented with the following: •
No source has been provided for any materials necessary for the construction of these
improvements.
If the source of material provided by the Contractor necessitates hauling over roads other
than City streets, the Contractor shall, at his own cost and expense, make all arrangements
for the use of haul routes.
End of Division 3
1
1
1
r
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-82 August 2018
I
I
DIVISION 4
I BASES
4-04 BALLAST AND CRUSHED SURFACING
I4-04.3 Construction Requirements
4-04.3(3) Mixing
I (April 12, 2018 CFW GSP- STREETS DIV)
Item 2 of Section 4-04.3(3) is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not be
Iallowed.
4-04.3(4) Placing and Spreading
I (April 12, 2018 CFW GSP- STREETS DIV)
Item 2 of Section 4-04.3(4) is replaced with the following:
2. Road Mix Method. The road mix method of mixing surfacing material will not be
Iallowed.
4-04.4 Measurement
Section 4-04.4 is supplemented with the following:
I (April 12, 2018 CFW GSP- STREETS DIV)
The unit contract price per ton for Crushed Surfacing shall also include compacting, and
removing and hauling to waste when required by the Engineer.
I (Special Provision)
' No additional payment shall be made for removingand haulingwaste or unused materials.
PY
4-04.5 Payment
(Special Provision)
Section 4-04.5 is supplemented with the following:
IPayment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
I "Crushed Surfacing Base Course", per ton.
The unit contract price per ton for "Crushed Surfacing Base Course" shall also include
Icompacting, and removing and hauling to waste when required by the Engineer.
"Crushed Surfacing Top Course", per ton.
I The unit contract price per ton for "Crushed Surfacing Top Course" shall also include
compacting, and removing and hauling to waste when required by the Engineer.
I
End of Division 4
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-83 August 2018
I
i
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT I
(June 19, 2017 APWA GSP)
Delete WSDOT Amended Section 5-04, Hot Mix Asphalt, and replace it with Section 5-04, Hot
Mix Asphalt as printed in the Standard Specifications for Road, Bridge and Municipal
Construction, 2016 edition.
5-04.1 Description '
(Special Provision)
Section 5-04.1 is supplemented with the following:
Asphalt concrete pavement shall be used at the following locations on the project:
1. HMA CI 1/2", PG 64-22: For all asphalt concrete roadway construction,
reconstruction, and thickened edge (wedge curb) per the Typical Roadway section
details on the Plans.
2. Temporary Pavement: For all temporary asphalt concrete construction and patching '
as directed by the Engineer.
5-04.2 Materials
(January 3, 2011 WSDOT GSP)
Section 5-04.2 is supplemented with the following:
ESAL'S The number of ESAL'S for the design and acceptance of the HMA shall be 2.5 1
million.
5-04.3 Construction Requirements '
5-04.3(1) Weather Limitations
(August 3, 2009 WSDOT GSP)
The first sentence of Section 5-04.3(1) is revised to read:
HMA for wearing course shall not be placed on any traveled way from *** October 15 *** and
through March 31st of the following year without written approval from the Engineer.
5-04.3(3) Hot Mix Asphalt Pavers
5-04.3(3)D Material Transfer Device /Vehicle 1
(April 4, 2016 WSDOT GSP)
Section 5-04.3(5)D is deleted in its entirety.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-84 August 2018
i1
1
5-04.3(4) Preparation Of Existing Surfaces
1 (April 12, 2018 CFW GSP- STREETS DIV)
Section 5-04.3(4) is supplemented with the following:
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
(April 12, 2018 CFW GSP- STREETS DIV)
I Section 5-04.3(7)A is supplemented with the following:
The Contractor shall provide the City a mix design for all specified classes of mix and binder
II
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
I 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
I
Delete this Section and replace it with the following:
5-04.3(7)A2 Nonstatistical Evaluation
1 (January 16, 2014 APWA GSP)
Mix designs for HMA accepted by Nonstatistical evaluation shall;
I I • Be submitted to the Project Engineer on WSDOT Form 350-042
• Have the aggregate structure and asphalt binder content determined in
I 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
I accordance with WSDOT Test Method T 718 or based on historic anti-strip and
aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of
HMA mix designs utilized that include RAP will be completed without the inclusion
of the RAP.
At or prior to the preconstruction meeting, the contractor shall provide one of the
following mix design verification certifications for Contracting Agency review;
I • The proposed mix design indicated on a WSDOT mix design/anti-strip report that
is within one year of the approval date
I • The proposed HMA mix design submittal (Form 350-042) with the seal and
I certification (stamp& signature) of a valid licensed Washington State Professional
Engineer.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-85 August 2018
1
1
• The proposed mix design by a qualified City or County laboratory mix design
report that is within one year of the approval date. '
The mix design will be performed by a lab accredited by a national authority such as
Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO
Material Reference Laboratory (AMRL) program.
At the discretion of the Engineer, agencies may accept mix designs verified beyond the
one year verification period with a certification from the Contractor that the materials and
sources are the same as those shown on the original mix design.
5-04.3(8)A1 General
(January 16, 2014 APWA GSP)
Delete this Section and replace it with the following:
Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the
contract documents.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Project
Engineer and must be made in accordance with Section 9-03.8(7).
Commercial evaluation may be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores,
prelevel, and pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer. Sampling and testing
of HMA accepted by commercial evaluation will be at the option of the Project Engineer.
Commercial HMA can be accepted by a contractor certificate of compliance letter stating the
material meets the HMA requirements defined in the contract.
5-04.3(8)A4 Definition of Sampling Lot and Sublot
(January 16, 2014 APWA GSP)
Section 5-04.3(8)A4 is supplemented with the following:
For HMA in a structural application, sampling and testing for total project quantities less than
400 tons is at the discretion of the engineer. For HMA used in a structural application and
with a total project quantity less than 800 tons but more than 400 tons, a minimum of one
acceptance test shall be performed:
If test results are found to be within specification requirements, additional testing
will be at the engineer's discretion.
ii. If test results are found not to be within specification requirements, additional
testing as needed to determine a CPF shall be performed. I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-86 August 2018
1
I
I
5-04.3(8)A5 Test Results
I (January 16, 2014 APWA GSP)
The first paragraph of this Section is deleted.
I5-04.3(8)A6 Test Methods
(January 16, 2014 APWA GSP)
Delete this Section and replace it with the following:
ITesting of HMA for compliance of Va will be at the option of the Contracting Agency. If
tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731.
ITesting 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(10)B Control
1 (April 12, 2018 CFW GSP- STREETS DIV)
Delete Section 5-04.3(10)B in its entirety and replace it with the following:
I 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
I
each lot will be no greater than a single day's production or approximately 400 tons,
whichever is less.
I Control lots not meeting the minimum density standard shall be removed and replaced with
satisfactory material. At the option of the Engineer, noncomplying material may be accepted
at a reduced price.
I Cores may be used as an alternate to the nuclear density gauge tests. When cores are
taken by the City at the request of the Contractor, the request shall be made by noon of the
first working day following placement of the mix. The City shall be reimbursed for the coring
expenses at the invoiced rate 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
I
constructed as directed by the Engineer to determine the compatibility of the mix design.
Compatibility shall be based on the ability of the mix to attain the specified minimum density
(ninety-two percent (92%) of the maximum density determined by WSDOT Test Method
705). Following determination of compatibility, the Contractor is responsible for the control of
the compaction effort. If the Contractor does not request a test section, the mix will be
' considered compactable.
I
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
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-87 August 2018
t
approved compaction train, required to attain the maximum test point density, shall be used
on all subsequent paving. I
Preleveling mix shall be compacted to the satisfaction of the Engineer.
In addition to the randomly selected locations for tests of the control lot, the Engineer
reserves the right to test any area which appears defective and to require the further
compaction of areas that fall below acceptable density readings. These additional tests shall
not impact the compaction evaluation of the entire control lot. I
5-04.3(13) Surface Smoothness
(January 5, 2004 WSDOT GSP)
The second sentence of Section 5-04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch from the
lower edge of a 10-foot straightedge placed on the surface parallel to centerline.
5-04.3(14) Planing Bituminous Pavement
(January 5, 2004 WSDOT GSP) '
Section 5-04.3(14) is supplemented with the following:
The Contractor shall perform the planingoperations no more than *** five (5) *** calendar
P 111
days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed
by the Engineer in writing.
(August 3, 2009 WSDOT GSP)
Section 5-04.3(14) is supplemented with the following:
Beveled Edge Planing
A beveled edge shall be constructed in areas that will not be paved during the same work
shift.
The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other
approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be
constructed at a 4:1 slope.
(April 12, 2018 CFW GSP, STREETS DIV) '
Section 5-04.3(14) is supplemented with the following:
Transverse Joints
The full depth end of each lane of planning shall be squared off to form a uniform transverse
joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance
with Section 5-04.3(12) across the entire width of the transverse edge when traffic is allowed
on the planed surface prior to paving. The wedge shall be constructed before opening the
lane to traffic. The Contractor shall remove the wedge immediately prior to paving.
(Special Provision)
Section 5-04.3(14) is supplemented with the following: 1
Equipment
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-88 August 2018
1
I
1
For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a
Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in
width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer.
' Add the following new Section:
5-04.3(22) Temporary Asphalt Pavement
(April 12, 2018 CFW GSP- STREETS DIV)
Temporary asphalt pavement shall be placed by the Contractor immediately upon the
request of the Engineer for the maintenance of traffic during construction. These areas
' include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs),
providing paved access to private properties, and ramps for property access during cement
concrete driveway approach construction. All temporary paving shall be approved by the
Engineer before placement. Any areas of temporary pavement to be removed and replaced
shall be approved by the Engineer beforehand. This work shall also include the removal of
temporary asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench
restoration within the traveled way. Whether temporary or permanent, saw cut and treat
edges with CSS-1 asphalt emulsion and apply a minimum 3-inch pavement depth or match
existing, whichever is greater. Also, fill voids created by the removal of existing traffic
islands and curbing, paving over excavated roadway to temporary access to adjacent
properties, and ramps for property access during concrete approach construction.
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving
outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-
inch minimum thickness. Placement of temporary pavement without prior approval of the
Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any
areas of temporary pavement to be removed and replaced require prior approval by the
Engineer. This work shall include the removal of the temporary pavement prior to paving of
final asphalt concrete pavement.
5-04.4 Measurement
' (April 12, 2018 CFW GSP- STREETS DIV)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually
placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral
filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be
paid under the "Temporary Pavement" bid item and shall include placement and compaction
of hot mix asphalt, removal and disposal of temporary pavement.
Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered
incidental to other bid items.
(Special Provision)
Section 5-04.4 is supplemented with the following:
Measurement for"Thickened Edge" shall be per linear foot of thickened edge installed.
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-89 August 2018
1
t
Included in the unit bid item price shall be, but shall not necessarily be limited to: all
necessary materials, labor, and equipment to satisfactorily place and form the thickened
edge (wedge curb) as detailed on the Plans.
The material costs for thickened edges shall be paid per"HMA Cl. %2" PG 64-22".
5-04.5 Payment
Special Provision)
Section 5-04.5 is supplemented with the following: 1
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal: 1
"HMA Cl. W PG 64-22", per ton.
"Planing Bituminous Pavement", per square yard.
"Temporary Pavement", per ton.
Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of
hot mix asphalt, roadway excavation to proposed subgrade depths and disposal of
temporary pavement. 1
"Thickened Edge", per linear foot
End of Division 5 1
1
1
1
1
1
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-90 August 2018
1
111
DIVISION 6
I STRUCTURES
6-13 STRUCTURAL EARTH WALLS
I6-13.1 Description
(April 12, 2018 CFW GSP- STREETS DIV)
ISection 6-13.1 is supplemented with the following:
The work consists of constructing Modular Block Walls in accordance with the details in the
plans. Modular block walls are defined as Structural Earth Walls constructed of standard
I
unit blocks, without geogrid or anchor reinforcing. Construction and installation must
conform to the manufacturer's specific requirements.
I 6-13.2 Materials
(April 12, 2018 CFW GSP- STREETS DIV)
Section 6-13.2 is supplemented with the following:
IModular block wall facing shall be straight face standard blocks, 8-inches in height, 12 to 18-
inches in width, and a maximum depth of 18 inches, unless otherwise approved by the City.
Blocks shall be concrete grey in color. Wall shall be installed with a vertical or near vertical
Iwall batter.
Anti-Graffiti Coating
IAnti-graffiti coating shall be a non-sacrificial, clear, UV stable, anti-graffiti sealer suitable for
vertical and horizontal concrete and rough stone surfaces and shall have the following
characteristics:
• Meet or exceed ASTM D6578 Graffiti test
• Non-reactive, zero VOC, AQMD, and CARB compliant
I • Allow moisture vapor to escape while not allowing moisture to penetrate
Unit Fill
IUnit Fill shall consist of clean 1" minus crushed stone meetingthe followinggradation
requirements, tested in accordance with ASTM D-422. The percent fracture requirement
' shall be 75% minimum. The fracture requirement shall be at least one fractured face and
will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP
for AASHTO PT 61.
Sieve Percent
Size Passing
1 inch 100
% inch 75-100
•
II No. 4 0 — 10
No. 50 0— 5
A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-91 August 2018
I
1
1
Unit fill shall be placed within cores of blocks before next layer of blocks is placed, unless
otherwise recommended by the block manufacturer. Filling of block cores with unit fill after
multiple levels of the wall has been constructed will not be allowed.
6-13.3 Construction Requirements
(April 12, 2018 CFW GSP- STREETS DIV)
Section 6-13.3 is supplemented with the following:
Modular block wall shall be installed as shown on the plans. Geogrid or anchor 1
reinforcements shall not be used where they would extend outside of the right-of-way or tie-
back easements. The contractor-supplied design shall incorporate a proposed block that will
accommodate these design parameters. ,
Only one style of precast concrete block shall be allowed on the project. Once approved, all
precast concrete blocks shall be of the same manufacture and style for all modular block
and structural earth walls.
Ends of walls shall have finished end/corner blocks or be wrapped back into slope so that
unfinished sides of blocks are not visible. Exposed ends of levels at wall steps shall also
have finished end/corner blocks.
Contractor is responsible to ensure any wall batter is taken into account when staking wall
location so that full sidewalk widths shown on plans is constructed.
6-13.4 Measurement
(April 12, 2018 CFW GSP- STREETS DIV) 1
Section 6-13.4 is supplemented with the following:
Modular Block Wall shall be measured by the square foot of completed wall in place. The
vertical limits for measurement are from the top of the base leveling pad to the top of the
top course of blocks of the exposed finished face. The horizontal limits for measurement are
from the end of wall to the end of wall along the length of the exposed finished face.
6-13.5 Payment
(April 12, 2018 CFW GSP- STREETS DIV)
Section 6-13.5 is supplemented with the following:
"Modular Block Wall", per square foot.
The unit Contract price per square foot for "Modular Block Wall" shall be full payment for all
costs to perform the Work in connection with constructing modular block walls, including
leveling pads.
The unit contract price per square foot for Modular Block Wall shall be full compensation for
the complete construction of the retaining wall(s) as shown in the Plans. This includes all
other items as may be required to complete the work as specified including but not limited
to: engineering design, structure excavation, haul, shoring, modular block units, cap units,
end/corner units, shear connectors, tie-back/geogrid system, anti-graffiti coating, base
leveling pad, backfill, unit fill, gravel backfill for drain, non-woven geotextile, and wall
drainpipe including cleanouts and connections to the storm drainage system. All components
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-92 August 2018
I
1
I
of walls shown on Plan details or required for a complete and finished wall are included in
' this bid item.
All costs associated with connecting to the existing wall, including removing and
' reassembling the existing wall as needed shall be considered incidental and not be
measured for separate payment.
End of Division 6
1
1
1
' City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-93 August 2018
1
1
1
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, STORM SEWERS, SANITARY '
SEWERS, WATERMAINS AND CONDUITS
7-01 DRAINS '
7-01.1 Description
(Special Provision)
Section 7-01.1 is supplemented with the following:
This work consists of reconnecting existing roof leaders, underdrains and footing drains from
adjacent development or buildings to the nearest catch basin or suitable outfall point, and
connecting wall drains to the storm drainage system.
7-04 STORM SEWERS '
7-04.2 Materials
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-04.2 is supplemented with the following:
Storm sewer used in this project includes ductile iron pipe, class 50 and/or reinforced
concrete storm sewer pipe, Class IV as called for in the Contract Plans. '
The Contractor shall require the pipe suppliers to furnish certificates signed by their
authorized representatives stating the specifications to which the materials or products
were manufactured. Certificates indicating non-conformance with these Specifications
shall be sufficient evidence for rejection. Materials shall not be shipped until pipe
suppliers have provided documentation that materials have been properly cured.
Approval of certificates shall be considered only as tentative acceptance of the materials
or products, and such action by the Engineer will not relieve the Contractor of its
responsibility to perform field tests and to replace or repair faulty materials, equipment,
and/or workmanship.
7-04.3 Construction Requirements
Section 7-04.3 is supplemented with the following:
(April 12, 2018 CFW GSP- SWM DIV)
Pipe Joints: 1
All concrete pipe joints shall be rubber gasketed; except connections made between
dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B-
60.20-00
connection collar.
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-94 August 2018
I
I
Backfill and compaction:
IWater settling will not be permitted. Backfill shall be compacted by mechanical tampers in
accordance with Section 2-03.3(14)C "Method B" of the Standard Specifications.
IExisting storm sewer facilities:
The Contractor shall field verify the location and material type of existing storm sewer
I facilities. All facilities shown on the plan but not noted for removal shall be protected and
remain operational throughout construction.
(Special Provision)
IThe Contractor shall provide storm drainage connections from existing pipes to new
structures based on field conditions after excavation has occurred. General guidance is
I provided in the Plan details for storm drainage improvements, but the Contractor may use
their own discretion, upon approval from the Engineer, to ensure a functioning system.
' When new pipe is to be connected to existing pipes, the Contractor shall locate, verify and
match the type of existing pipe and joint.
If necessary, the Contractor shall furnish a coupling device for connections to and/or
I extensions of existing storm drain pipes to new structures. All costs associated with
furnishing couplings and new storm pipe shall be included in the cost of the connecting
structure.
I7-04.3(1) Cleaning and Testing
(April 12, 2018 CFW GSP- SWM DIV)
I Section 7-04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-04.3(1)
04.3(1) of
the Standard Specifications, except as modified herein:
IPrior to testing, storm sewers will be visually inspected by the Engineer's representative
either by external physical observation before backfilling, by physical observation from inside
I the pipe, or by video inspection methods, at the discretion of the Engineer. The contractor
shall provide all necessary video inspection and/or safety equipment, including mechanical
ventilation, as requested by the Engineer, with all related costs to be included in the unit bid
price of the related item.
Any departures from the best construction practices, such as pipe line misalignment,
presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc.,
shall be corrected by the Contractor at the Contractor's own expense. Testing will not be
Iauthorized until such corrections have been made to the satisfaction of the Engineer.
Should high groundwater conditions be encountered, the completed storm sewers may be
I required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the
Engineer.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-95 August 2018
I
I
Add the following new Section
7-04.3(2) Coordination with Others '
(April 12, 2018 CFW GSP- SWM DIV)
It is anticipated that minor adjustments will need to be made by others (such as franchise 1
utility companies) to avoid the proposed storm drainage system. The Contractor shall
identify any additional utility or facility crossings that may conflict with the storm drainage
system and notify the Engineer immediately prior to construction in vicinity of conflicts.
The Contactor is responsible for coordinating anticipated relocation work with the respective
owners of the conflicting facilities. This coordination shall include contacting the
utility/facility representative at least fifteen (15) working days prior to installing storm drain
pipe that may conflict with the respective facilities; and coordinating the construction of the
storm drainage system with the respective utility construction crews. Coordination with utility
companies shall be considered incidental to the Contract and no additional compensation
will be made.
7-04.4 Measurement
(Special Provision)
Section 7-04.4 is supplemented with the following:
"Ductile Iron Storm Sewer Pipe _In. Diam.", shall be measured per linear foot.
"Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam.", shall be measured per linear foot.
Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native
material), connections between dissimilar existing and new pipe materials, pipe couplings,
ditch outlet protection and testing will not be measured as these items are incidental to the
drainage pipe pay items.
7-04.5 Payment
Section 7-04.5 is supplemented with the following:
(Special Provision)
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Ductile Iron Storm Sewer Pipe_ In. Diam.", shall be measured per linear foot. I
"Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam.", shall be measured per
linear foot.
(April 12, 2018 CFW GSP- SWM DIV)
The unit contract price per linear foot of storm sewer pipe of the type and size specified shall
be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete
installation, including, but not limited to, all pavement removal, trench excavation,
dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with
native material), compaction, connection to new or existing storm sewer pipes or drainage
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-96 August 2018
1
I
structures, ditch outlet protection, surface restoration, haul and disposal of trench material to
I be wasted including unsuitable material, cleaning and testing, costs related to maintaining
existing drainage system during construction or to provide temporary drainage systems, and
temporary pavement to allow for the passage of traffic.
If the Engineer determines that the native material is not satisfactory for trench backfill,
Gravel Borrow Including Haul shall be used and paid for under Section 2-03 in these Special
Provisions.
I7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.1 Description
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-05.1 is modified as follows:
I I In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard
Drawings."
I (Special Provision)
Section 7-05.1 is supplemented with the following:
Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4-1.
I
Type 2 Catch Basins shall be constructed in accordance with City of Federal Way Standard
Dwgs 4-3 and 4-4.
I I Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor
shall adjust catch basins to grade, install solid cover and frame on existing catch basin,
install round solid cover with conversion riser as required on existing catch basins, and
I install heavy duty hinged-style manhole frame and lids. All lids and frames shall be locking
unless shown as non-locking on plans or directed otherwise by the Engineer.
I Federal Way Dwgs. 4-6 and 4-10 shall be used for all catch basins unless noted in the plans
or directed otherwise by the Engineer.
Place anti-seize compound on all locking lid bolts prior to the final project punch list
Iinspection.
Grate inlets, cast metal inlets, drop inlets and other structures installed in sidewalks,
I
walkways, and shared-use paths shall have slip-resistant surfaces, be flush with the surface,
and match the grade of the sidewalk, walkway, and shared-use path.
Connect existing pipes to new structures where shown on plans.
I7-05.2 Materials
(Special Provision)
ISection 7-05.2 is supplemented with the following:
Slip Resistant Lid shall meet ASTM A36 steel. The slip-resistant lid shall be treated with
I
Mebac #1 as manufactured by IKG Industries, or SlipNOT Grade 3-coarse as manufactured
by W.S. Molnar Co. The slip-resistant lid shall be identified with the permanent marking on
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-97 August 2018
I
1
the underside indicating the type of surface treatment ("M1" for Mebac#1, or "S3" for
SIipNOT Grade 3-coarse) and the year manufactured. The permanent marking shall be 1/8-
inch
/8-inch line thickness formed with a mild steel weld bead. Slip-resistant lids shall be galvanized
after fabrication in accordance with AASHTO M 111.
7-05.3 Construction Requirements I
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-05.3 is supplemented with the following:
Backfill around catch basins shall be compacted by mechanical tampers in accordance with
Section 2-03.3(14)C "Method B" of the Standard Specifications.
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the I
storm drainage system at the locations as directed by the Engineer. The cleanout
configuration and connection shall be per City of Federal Standard Drawing No. 4-17.
Catch basin cover frames shall be installed on precast rings or as directed by the Engineer.
If approved by the Engineer, 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 depicted on the storm profile
drawings.
The following requirements shall be applicable to both existing and proposed structures, as
shown on the plans, or as designated by the Engineer:
Vaned Grate vs Solid Lid
A vaned grate and associated frame shall be installed on manholes and catch basins
located where they will accept runoff. Bi-directional 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).
Install stormwater pollution prevention markers on all catch basin with vaned grates per
Cty of Federal Way Standard Drawing 4-11.
All structures not receiving surface runoff shall include solid lids, unless otherwise
indicated on the plans or directed by the Engineer. (Reference City of Federal Way
Standard Drawings No. 4-12 for solid cover and 4-13 for standard frame.). 1
Locking vs Non-Locking Lid
All lids and frames shall be locking unless shown as non-locking on plans or directed
otherwise by the Engineer. The Contractor shall place anti-seize compound on all
locking lid bolts prior to the final project punch list inspection.
Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that accept
surface runoff (i.e. those located along a gutter flow line). 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).
Heavy-Duty Hinged Frames and Covers '
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-98 August 2018
I
I
I
Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are
Irequired as outlined above.
7-05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
I (April 12, 2018 CFW GSP- SWM DIV)
Section 7-05.3 is supplemented with the following:
I Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final
grade until the adjacent pavement is completed, at which time the center of each structure
shall be carefully relocated from references previously established by the Contractor. The
asphalt concrete pavement shall be removed to a neat circular shape for manholes and
I catch basin conversion risers and a neat rectangular shape for Type 1 catch basins. The
edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure.
The base materials and crushed rock shall be removed to the full depth of adjustment plus 2
I inches. The manhole and catch basin frames shall be lifted and reset to the final grade,
plumb to the roadway, and shall remain operational and accessible. (Reference City of
Federal Way Standard Drawing 3-55 for Utility Adjustment).
I The Contractor shall adjust the manholes and catch basins with pre-cast grade rings, and
mortar and/or high impact adjustment risers with a maximum 2-inch thickness where
required for heavy-duty frames and covers within the travelled roadway (see Section 7-
' 05.3(6)). Metal adjustment rings shall not be used. If more than three grade rings are
required to adjust a manhole to final grade, including existing grade rings, the Contractor
shall remove the existing cone section or top slab, install a pre-cast manhole section of
' sufficient height to limit the number of grade rings to a maximum of three, and reinstall the
cone section or top slab prior to paving operations.
Where existing structures are located within the wheel path of a proposed travel lane, catch
I basins adjusted to grade shall also include conversion risers and heavy duty locking frames
and covers and high-impact risers per Section 7-05.3(6).
' Following frame installation, the edges of the removed asphalt pavement and the outer edge
of the reset frame shall be painted with asphalt for tack coat. The entire void around the
adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3-
inch lifts, to match the adjacent pavement surface. The joint between the patch and existing
I pavement shall then be painted with asphalt for tack coat and immediately covered with dry
paving sand before the asphalt for tack coat solidifies.
I 7-05.3(3) Connections to Existing Manholes
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-05.3(3) is supplemented with the following:
IThe requirements of this section shall also apply to connections to existing catch basins.
I Add the following new Sections:
7-05.3(5) Connection to Existing Pipe
(April 12, 2018 CFW GSP- SWM DIV)
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-99 August 2018
I
I
The contractor shall connect (or reconnect) and or extend existing pipes with new pipes
and couplings to the new manholes or catch basins without obstructing flow from
upstream locations.
7-05.3(6) Heavy Duty Frame and Cover with High Impact Riser
(Special Provision)
Heavy duty hinged style frame and covers with high-impact adjustment risers shall be
installed in accordance with the requirements of Section 7-05.3(1), City of Federal Way
Standard Drawing 4-20 Manhole/Catch Basin Lid in Roadway Travel Lane, and
manufacturer installation instructions, for all solid-lid drainage structures located within
the traveled roadway as noted in the plans. I
High impact adjustment risers with a maximum 2-inch thickness shall be used for all
heavy-duty frames and covers within the travelled roadway.
7-05.4 Measurement
(Special Provision)
Section 7-05.4 is supplemented with the following:
"Catch Basin Type " and "Concrete Inlet" shall be measured per each for a complete
unit, including frame and grate or solid lid. I
"Adjust Sewer Manhole", will be measured per each sewer manhole ring and cover adjusted
to finishedrade. Sewer district will decide if the Contractor will make this adjustment. This
9 1
item will not be measured and will not be paid if the Sewer District adjusts their manholes.
"Adjust Gas Valve", will be measured per each. Gas Utility will decide if the Contractor will
make this adjustment. This item will not be measured and will not be paid if the Gas Utility
adjusts their valves.
"Adjust Catch Basin to Grade", will be measured per each for each frame and grate/frame
(including beehive) and solid locking lid installed on an existing catch basin and adjusted to
finished grade.
All Bid items associated with adjusting utilities to finished grade shall be measured only once
per structure. Interim utility adjustments, if necessary, shall not be measured for payment.
7-05.5 Payment
(Special Provision)
Section 7-05.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when 1
included in the proposal:
"Concrete Inlet", per each. I
"Catch Basin Type 1", per each.
"Catch Basin Type 2, 48 In. Diam.", per each. I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-100 August 2018
I
I
The unit contract price per each for all bid items above shall be full pay for furnishing all
I labor, tools, equipment, and materials necessary to complete each unit according to the
Plans and Specifications. This includes all pavement removal and disposal, excavation,
dewatering (if required), temporary flow bypass, extending existing pipes to connect to new
structures with new pipe and coupling, foundation material, bedding, backfill, compaction,
surface restoration, testing, and furnishing and placing of all accessories conversion risers,
� temporary pavement to allow for the passage of traffic, and other items as applicable. All
frames and grates or rings and covers, grade rings and adjustment risers including
I conversion risers shall be considered incidental to this bid item and will not be measured for
separate payment.
"Adjust Sewer Manhole", per each.
I
"Adjust Catch Basin", per each.
I "Adjust Gas Valve", per each.
The unit contract price for "Adjust " shall be full payment for all equipment, tools,
labor, and materials necessary to adjust the existing utility to finished grade including, but
not limited to, excavation, adjustment rings/materials, purchasing, placing, and compacting
crushed surfacing top course, CDF, grout, purchasing and placing asphalt pavement,
1 compaction, and edge sealant.
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.5 Payment
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-07.5 is replaced with the following:
IAll costs associated with cleaning existing drainage structures shall be considered incidental
to and included in the various bid items and no additional payment shall be made.
1 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
1 7-08.3 Construction Requirements
I
(Special Provision)
Section 7-08.3 is supplemented with the following:
Dewatering
The Contractor shall assess the situation and develop a plan to accommodate construction
in groundwater. The Contractor shall be solely responsible for this groundwater/trench
excavation control plan. All costs related to trench dewatering shall be included in the
Irelated items of work.
For bidding purposes the Contractor shall assume that the basic trench dewatering method
I
is to be by sump pumping from the excavation with portable pumps. If advanced methods
become necessary, compensation for such work shall be per 1-04.4 of the Standard
Specifications.
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-101 August 2018
1
I
7-08.3(1) Excavation and Preparation of Trench
7-08.3(1)A Trenches i
(April 12, 2018 CFW GSP- SWM DIV)
Section 7-08.3(1)A is supplemented with the following: I
Where water is encountered in the trench, it shall be removed during pipe-laying operations
and the trench so maintained until the ends of the pipe are sealed and provisions are made
to prevent floating of the pipe. Trench water or other deleterious materials shall not be
allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced on the
plans. All such pavement markings damaged by trenching shall be repaired after trenching
is backfilled and restored. The new pavement markings shall match the damaged pavement
marking. All pavement marking repair cost shall be incidental to the pipe installation,
including all necessary labor and materials.
7-08.3(3) Backfilling
(April 12, 2018 CFW GSP- SWM DIV) 1
Section 7-08.3(3) is supplemented with the following:
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or
overloading.
If there is an excess of acceptable backfill material obtained from trench excavation at one i
location on the project, it shall be used at other locations on the project as directed by the
Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost
of transporting the excess backfill material shall be considered incidental to the pipe or
structure backfilled.
End of Division 7
I
I
1
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-102 August 2018
i
1
DIVISION 8
t MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
1 8-01.3 Construction Requirements
8.01.3(1) General
(April 12, 2018 CFW GSP- STREETS DIV)
The first paragraph of 8-01.3(1) is deleted and replaced with the following:
The Contractor shall install a high visibility fence along the right-of-way lines shown in the
Plans or as instructed by the Engineer.
8-01.3(1)A Submittals
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and
submitted for approval to the Engineer. The 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).
I 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
1 and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's
approval before any work begins. The Contractor shall allow at least five working days for
the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure
to approve all or part of any such plan shall not make the Contracting Agency liable to the
Contractor for any work delays. The Contractor may not begin work without an approved
Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule
and method of construction. All TESC Plans shall meet the requirements of the current
edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
adapted as needed throughout construction based on site inspections. The Contractor shall
develop a schedule for implementation of the SWPPP work and incorporate it into the
Contractor's progress schedule.
j In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall include how
the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged
from the project or entering surface waters. Prior to beginning any concrete or grinding work,
the Contractor shall submit the plan, for the Engineer's review and approval.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-103 August 2018
1
I
1
As a minimum, the SWPPP shall include all the SWPPP requirements identified in the
General Permit, including: I
1. Narrative discussing and justifying erosion control decisions (12 elements)
2. Drawings illustrating BMPs types and locations I
3. Engineering calculations for ponds and vaults used for erosion control
4. 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/wa/stormwater/construction/
Turbidity and pH Exceedances ,
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide
the following at no additional cost to the Contracting agency: I
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.
8-01.5 Payment
(Special Provision) I
Section 8-01.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
111
included in the proposal:
"Erosion Control and Water Pollution Prevention", lump sum.
"Inlet Protection", per each.
"Silt Fence", per lineal foot.
"High Visibility Fence", per lineal foot. 1
The lump sum Contract price for "Erosion Control and Water Pollution Prevention" shall be
full payment to perform the Work as specified in Section 8-01 except for items specifically
identified in the bid proposal. Progress payments for the lump sum item "Erosion Control and
Water Pollution Prevention" will be made as follows:
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-104 August 2018
I
I
I
1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for
Ithe item. Initial set up includes the following:
a. Acceptance of the SWPPP prepared by the Contractor,
Ib. Submittal of a schedule for the installation of the BMP's,
c. Identifying water quality sampling locations,and
Id. Initial installation of BMP's associated with sensitive areas delineation,
clearing/grubbing and perimeter control.
1 2. The remaining seventy-five percent of the bid amount shall be paid in accordance
with Section 1-09.9.
1 8-02 ROADSIDE RESTORATION
8-02.2 Materials
I (Special Provision)
Section 8-02.2 is supplemented with the following:
Topsoil Type A Section 9-14.1(1)
1 Seed (Seeded Lawn Mix) Section 9-14.2
Bark or Wood Chip Mulch Section 9.14.4(3)
1 8-02.3 Construction Requirements
8-02.3(1) Responsibility During Construction
1 (April 12, 2018 CFW GSP- STREETS DIV)
Section 8-02.3(1) is supplemented with the following:
I Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and
associated roadside work is completed. Landscape materials shall not be installed until
weather permits and installation has been authorized by the Engineer. If water restrictions
are anticipated or in force, planting of landscape materials may be delayed.
IThroughout planting operations, the Contractor shall keep the premises clean, free of excess
soils, plants, and other materials, including refuse and debris, resulting from the Contractor's
I work. At the end of each work day, and as each planting area is completed, it shall be neatly
dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of
the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall
remove surplus soils, materials, and debris from the construction site and shall leave the
Iproject in a condition acceptable to the Engineer.
' I
l
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-105 August 2018
I
I
t
8-02.3(2) Work Plans
8-02.3(2)A Roadside Work Plan T
(Special Provision)
Section 8-02.3(2)A is supplemented with the following: I
The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating
proposed work. The use of chemical herbicides shall be considered on a case-by-case
basis. The contractor must submit, as part of the Work Plan, the intent to use chemical
herbicides to the Engineer for approval prior to use.
8-02.3(4) Topsoil I
8-02.3(4)A Topsoil Type A
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-02.3(4)A is supplemented with the following:
Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions and shall be
supplied by a Contractor's supplied source, and as approved by the Engineer.
8-02.3(5) Planting Area Preparation
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six-
inches (6") except within critical root zones of existing trees to remain, as noted on plans.
Scarified subgrade shall be inspected and approved by the Engineer prior to the placement
of topsoil. Remove all construction debris and rocks over two-inches (2") in diameter prior to
placing topsoil. 111
Scarified subgrade shall be inspected and approved by the Engineer prior to placement of
topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4
inches lightly compacted depth in all seeded areas, unless otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow to surface
drainage and prevents ponding.
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below
walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. I
The costs of removing all excess material and debris shall be considered incidental to and
included in the unit contract prices of other items in this contract.
I
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-106 August 2018
1
I
8-02.3(10) Fertilizers
I (April 12, 2018 CFW GSP- STREETS DIV)
Section 8-02.3(10) is supplemented with the following:
I All fertilizers shall be furnished in standard unopened containers with weight, name of plant
nutrients and manufacturer's guaranteed statement of analysis clearly marked, in
accordance with State and Federal law.
I
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
1 manufacturer's recommendations.
IAdd the following new Section
1 8-02.3(17) Protection of Private Property and Property Restoration
(April 12, 2018 CFW GSP- STREETS DIV)
Property restoration shall consist of fine grading and restoration of adjacent landscaped
areas; adjustment and/or replacement of private irrigation systems; slope restoration behind
sidewalks; timber edgings;and other work not currently identified on the plans, as directed by
the Engineer.
IThe Contractor is specifically reminded that any unnecessary damage caused by
construction activities will be repaired at the Contractor's expense.
IRestore all disturbed areas to original condition or better. Grass areas shall be restored with
hydroseed where directed.
I Removal of tree roots outside the limits of construction, as directed by the Engineer and
under the supervision of a certified arborist, shall be paid for under"Property Restoration".
1 Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special
Provisions.
I The Contractor is advised that protecting existing private irrigation, lighting systems, and all
other existing improvements from damage does not constitute a basis for claim or extra
work.
I 8-02.4 Measurement
(Special Provision)
Section 8-02.4 is supplemented with the following:
I "Topsoil Type A" and "Bark or Wood Chip Mulch" and will be measured by the cubic yard in
the haul conveyance at the point of delivery. The unit contract price shall be full pay for
furnishing and spreading the mulch.
I "Seeded Lawn Installation" will be measured in square yards of actual lawn completed,
established, and accepted. The unit contract price will include all preparation, fertilizer,
111
establishment, and mowing as called for in the specifications.
City of Federal Way RFB 18-007
I Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-107 August 2018
1
I
1
"Property Restoration" will be paid by force account and must be approved by the engineer
prior to completing the work. I
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
8-02.5 Payment I
(Special Provision)
Section 8-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Topsoil Type A", per cubic yard I
"Bark or Wood Chip Mulch", per cubic yard
"Seeded Lawn Installation", per square yard
Payment will be made in accordance with Section 1-09.6 for the following bid items when
included in the proposal:
"Property Restoration", by force account
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.1 Description
(Special Provision)
Section 8-04.1 is supplemented with the following:
This work shall also consist of constructing cement concrete curbs in accordance with these I
Specifications and in conformity with the dimensions and cross-sections shown in the Plans
and to the lines and grades as staked.
8-04.2 Materials
(Special Provision)
Section 8-04.2 is supplemented with the following: I
Materials for Integral Curb shall meet the requirements of the following sections:
Portland Cement 9-01 1
Aggregates 9-03
Premolded Joint Filler 9-04.1
Reinforcing Steel 9-07
i
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-108 August 2018
1
I
I
8-04.3 Construction Requirements
I
Section 8-04.3 is supplemented with the following:
(April 12, 2018 CFW GSP- STREETS DIV)
I The sub-base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White-pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
1 (10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in
the City Standard Plan Details.
I
Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow paint.
Paint and application shall conform to the Standard Specifications for traffic paint striping.
I
(Special Provision)
1 Integral Curb
The concrete in the integral curb retaining walls shall be of the same mix and shall conform
in all respects to the specifications for the cement concrete sidewalk and shall be cured for
Ithe same period and in the same manner as the concrete sidewalk.
The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where
the curb is to be placed shall be roughened or otherwise treated so that a permanent bond
Iwill be secured between the curb and the sidewalk. The curb forms shall be securely
fastened so that the finished curb has a true, uniform alignment. The face of the finished
curb shall have a smooth, uniform appearance. The top shall be troweled smooth, and the
I edge between the face and the top shall be rounded with an edging tool to a radius of one
inch, and the top and face of the curb shall receive a light brush finish. All expansion joints
in the sidewalk shall extend entirely through the curb. Wherever contraction joints occur in
I the sidewalk, construction joints conforming to Section 8-04.3(1) shall be constructed in the
curb.
8-04.4 Measurement
1 Section 8-04.4 is supplemented with the following:
:9
(April 12, 2018 CFW GSP- STREETS DIV)
I Painting of curbs, where required, will not be measured and is considered incidental to the
unit price of the type of curb.
(Special Provision)
I I All curbs and curb and gutter will be measured by the linear foot along the line and slope of
the completed curb and gutter.
IReverse gutter slope curb and gutter shall be paid per"Cement Conc. Curb and Gutter".
City of Federal Way RFB 18-007
I Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-109 August 2018
I
I
Measurement of Integral Curb will be by the square foot. The curb shall be only that portion
above the sidewalk; the concrete below the curb shall be included in the measurement in
square yards of sidewalk.
8-04.5 Payment
(Special Provision)
Section 8-04.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when I
included in the proposal:
"Integral Curb", per square foot including all associated rebar. I
"Cement Conc. Curb and Gutter", per linear foot.
"Cement Conc. Pedestrian Curb", per linear foot. t
8-07 PRECAST TRAFFIC CURB
8-07.1 Description I
(Special Provision)
Section 8-07.1 is supplemented with the following: 1
This work shall also consist of installing precast traffic curbs or cast in place mountable
curbs in accordance with these Specifications and in conformity with the materials,
dimensions and cross-sections shown in the Plans and to the lines and grades as staked.
8-07.3 Construction Requirements
(Special Provision) I
Section 8-07.3 is supplemented with the following:
The Contractor shall provide the Engineer 48 hours notice for inspection of cast in place
111
mountable curb form work prior to placing concrete.
8-07.4 Measurement
(Special Provision) 1
Section 8-07.4 is supplemented as follows:
The lump sum price for "Cast in Place Mountable Curb" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as specified,
including but not limited to, excavation, hauling, formwork, concrete, reinforcing, gravel, and
all other materials necessary to provide complete curbing as detailed in the Plans. No
additional compensation will be provided for adjument of formwork as directed by the
Engineer.
I
i
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-110 August 2018
I
II
8-07.5 Payment
I (Special Provision)
Section 8-07.5 is supplemented as follows:
I Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
I "Precast Sloped Mountable Curb", per linear foot.
"Cast in Place Mountable Curb", per lump sum
1 8-09 RAISED PAVEMENT MARKERS
8-09.1 Description
(December 12, 2012 CFW GSP— TRAFFIC DIV)
Section 8-09.1 is supplemented with the following:
RPM's shall be installed per City of Federal Way Standard Details.
8-09.2 Materials
(December 12, 2012 CFW GSP— TRAFFIC DIV)
ISection 8-09.2 is supplemented with the following:
RPM's shall not be ceramic.
1
8-09.5 Payment
I (Special Provision)
Section 8-09.5 is supplemented as follows:
I
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
» Pavement avement Markers Type 2", per Hundred.
I 8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.2 Materials
I (April 12, 2018 CFW GSP— STREETS DIV)
Section 8-12.2 is supplemented with the following:
Coated Chain Link Fence
IChain link fence fabric shall be hot-dip galvanized with a minimum of 0.8 ounce per square
foot of surface area. Fencing materials shall be coated with an ultraviolet-insensitive plastic
or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be
I applied in accordance with the manufacturer's written instructions. The Contractor shall
provide the Engineer with the manufacturer's written specifications detailing the product and
method of fabrication. The color shall match SAE AMS Standard 595 color number 37038
(black), or be as approved by the Engineer.
III
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-111 August 2018
I
I
I•
All installed chain link fencing shall include a top rail.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum
of 14 ounces each of paint of the color specified above. The touch-up paint shall be
compatible with the coating system used.
8-12.4 Measurement
(Special Provision)
Section 8-12.4 is supplemented with the following:
Black Vinyl Coated Chain link fence installed will be measured per linear foot.
8-12.5 Payment I
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-12.5 is supplemented with the following: I
"Black Vinyl Coated Chain Link Fence", per linear foot.
The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full
payment for all costs for the specified Work including brace post installation; end, corner,
and pull posts; top rail and bottom rail; and all other requirements of Section 8-12 for Chain
Link Fence, unless covered in a separate Bid Item in this section. 1
8-13 MONUMENT CASES
Description
8-13.1 ,
(Special Provision)
Supplement this Section with the following:
Work shall also include adjusting existing monument cases to finished grade.
8-13.3 Construction Requirements
(Special Provision)
Supplement this Section with the following:
Monument cases shall be adjusted to grade per King County Standard Plan FIG. 5-019.
8-13.4 Measurement
(Special Provision) I
Supplement this Section with the following:
"Adjust Monument Case and Cover to Grade" shall be measured per each monument
adjusted to finished grade. Interim utility adjustments, if necessary, shall not be measured
for payment.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-112 August 2018
I
I
I
8-13.5 Payment
I (Special Provision)
Supplement this Section with the following:
I "Adjust Monument Case and Cover to Grade", per each.
The unit contract price for "Adjust Monument Case and Cover to Grade" shall be full
I payment for all equipment, tools, labor, and materials necessary to adjust the existing
monument case to finished grade including, but not limited to, excavation, concrete collar,
purchasing, placing, and compacting crushed surfacing top course, purchasing and placing
asphalt pavement, compaction, and edge sealant.
I8-14 CEMENT CONCRETE SIDEWALKS
I 8-14.1 Description
Section 8-14.1 is revised to read:
(April 3, 2017 WSDOT GSP)
IThis Work consists of constructing cement concrete sidewalks, curb ramps, bus stop shelter
foundations, masonry sidewalks, and ramp grinding in accordance with details shown in the
Plans, Standard Plans, these Specifications, and in conformity to the lines and grades
shown in the Plans, Standard Plans, and as established by the Engineer.
I
8-14.3 Construction Requirements
I Section 8-14.3 is supplemented with the following:
(April 3, 2017 WSDOT GSP)
I The Contractor shall request a pre-construction meeting with the Engineer to be held two to
five 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:
I 1. The Contractor and Subcontractor in charge of constructing forms, and placing,
and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
Isidewalk, 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.
I 2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
I 5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
I9. Cold Weather Protection
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-113 August 2018
I
t
I
(April 3, 2017 WSDOT GSP)
Timing Restrictions 1
Within an intersection, the crossing of one leg of the intersection shall be constructed at a
time and shall be completed and open to traffic within five calendar days before
construction can begin on another of the intersection unless otherwise allowed by the
Engineer.
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins
when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian
use and ends when the quadrant or traffic island/median is fully functional and open for
pedestrian access.
(April 3, 2017 WSDOT GSP)
Layout and Conformance to Grades
The Contractor shall meet the requirements depicted in the Contract documents. Using the
information provided in the Contract documents, the Contractor shall lay out, grade, and
form each new curb ramp, sidewalk, and curb and gutter.
(April 12, 2018 CFW GSP- STREETS DIV)
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be
constructed at a maximum distance of 5 feet from each full depth expansion joint, except
where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the
sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be
placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of the
City. I
All completed work shall be so barricaded as to prevent damage. Any damaged sections
shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed
during construction shall be restored to original condition at the Contractor's expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the
Plans. 1
(Special Provision)
Cement Conc. Bicycle Ramp
The concrete in the Cement Conc. Bicycle Ramp shall be of the same mix and shall conform
in all respects to the specifications for the cement concrete sidewalk and shall be cured for
the same period and in the same manner as the concrete sidewalk. I
Stamped Concrete Finish
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-114 August 2018
1
I
Stamped Concrete Finish shall be installed on Cement Concrete Sidewalk with a imprinted
I finish consisting of a color hardener, color release agent and clear sealer, as detailed on
Plans and as specified in these Special Provisions.
I Prior to start of pavement work the Contractor shall provide two 4'x4' (16 square feet)
stamped concrete samples, as described herein. The Engineer shall then select and approve
the one final sample used for Stamped Concrete Finish.
I Each 4 x 4 sample area shall contain two variations. Samples shall vary in application of the
release agent and the accent stone staining, as directed by the Engineer, and sealed with
approved sealer to determine the final visual quality of the imprinted finish.
IThe approved sample shall be the standard for acceptance of the rest of the work installed,
and shall be protected from damage until final acceptance and approval. Completed work
I
not meeting the visual quality of the approved sample shall be removed and replaced by the
Contractor at no additional cost to the City.
Stamped Concrete shall be finished with an imprint concrete stamp, polymer mat. Imprinted
I concrete pattern shall made from interlocking stamp patterns. The surface texture is that of
new, unused brick, 3-5/8" wide by 7-5/8" long, edges are straight and corners are square,
laid in a herringbone pattern. Imprinted inside joints have appearance of raked, rough,
I sandy grout joint, 3/8" wide. Herringbone pattern shall be laid in a 45 degree angle to the
corner radius.
The Stamped Concrete finish shall receive a two step color process, as follows:
1 • Color Hardener - Color "Red", shall be a high-opacity, UV resistant, powdered dry-
shake color hardener broadcasted onto freshly laid concrete pavement prior to
Iimprinting with stamp pattern to produce long-wearing horizontal surfaces.
• Color Release Agent - Color "Maroon", shall be a colored powder providing a natural,
weathered antique appearance that accents the depth of the pattern and adds realistic
Ivariation to imprinted concrete.
• Clear Sealer — Shall be solvent-borne, clear matte finish, clear curing compound,
I protects the concrete surface from future staining, resistant to blushing, resistant to
discoloration and ultraviolet light. Apply sealer at full strength per manufacturer's
recommendations.
I The color hardener and release agent shall be applied evenly to the surface of fresh concrete, and
sealer applied according to the manufacturer's specifications.
I
Stamped Concrete Finish areas shall be allowed to cure for a minimum of 28 days prior to
application of concrete color stain. Pressure wash area free of dust, contaminants and debris and
allow to dry prior to application of concrete color stain. Apply stain according to manufacturer's
I recommendations, and to achieve the appearance of the approved sample.
All Stamped Concrete Finish shall be cured and sealed with a waterborne, low VOC,
environmentally sound, clear curing compound and sealer for freshly placed colored concrete
1
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-115 August 2018
I
I
I
flatwork with compliance to ASTM C309. Sealer shall protect against future staining, resistant to
abrasion, deicing salts and UV radiation. I
8-14.3(5) Detectable Warning Surface
(Special Provision)
Section 8-14.3(5) is supplemented with the following:
MMA Style truncated dome detectable warning surface applied to asphalt surfaces shall be
liquid applied and comprise of resins, reactive monomers, pigments, glass beads and fillers.
The detectable warning surface shall have a minimum tensile strength of 125 psi, 20%
minimum elongation, and have a 200 millicandella minimum initial reading of reflectivity. The
surface shall be skid resistant. I
The asphalt surface shall be inspected and approved by an authorized representative of the
material manufacturer prior to installation.
8-14.4 Measurement
(Special Provision)
The second paragraph is deleted and replaced with the following:
"Cement Conc. Curb Ramp" and "Cement Conc. Bicycle Ramp" shall be measured
separately from sidewalks. "Cement Conc. Curb Ramp" and "Cement Conc. Bicycle Ramp" 111
will be measured per each for the complete ramp installed, regardless of type, including
landing and pedestrian curb; but does not include the installation of detectable warning
surface. I
"Stamped Concrete Finish" will be measured per square foot of finished surface. This bid
item shall include only the cost associated with the stamping process as described herein.
Measurement for the sidewalk construction shall be measured per "Cement Conc.
Sidewalk"
"Detectable Warning Surface" will be measured per square foot regardless of material type
or surfacing.
8-14.5 Payment
(Special Provision)
Section 8-14.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when I
included in the proposal:
"Cement Conc. Sidewalk", per square yard I
"Cement Conc. Curb Ramp", per each. Payment will not be made until the City
has verified that the ramp(s) meet ADA requirements.
'
Cement Conc. Bicycle Ramp", per each Payment will not be made until the City
has verified that the ramp(s) meet ADA requirements.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
gust 2018
SP-116 Au
Bid Document 9
I
I
I
"Stamped Concrete Finish", per square foot.
"Detectable Warning Surface", per square foot.
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8-20.1 Description
1 (Special Provision)
Section 8-20.1 is replaced with the following:
Work includes furnishing and installing all materials necessary to provide:
• Installation of Illumination system at the intersection of Military Road S and S 298th Street.
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications and Standard Plans included herein and the following Special Provisions.
The work involves, but shall not be limited to furnishing and installation of following:
• LED Luminaires
• Luminaire Poles and Arms
• Foundations
• Junction Boxes
1 • Conduit and wire
• Modifications to existing electrical service cabinet
• Trenching
I 8-20.1(1) Regulations and Code
(March 13, 2012 CFW GSP- TRAFFIC DIV)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget Sound Energy
and the Washington State Department of Labor and Industries.
8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP- TRAFFIC DIV)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes
Lane, Piscataway, NJ 08855-1331.
8-20.1(3) Permitting and Inspections
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-20.1(3) is supplemented with the following:
The Contractor shall be responsible for obtaining all required electrical permits, including all
required City electrical permits. All costs to obtain and comply with electrical permits shall
be included in the applicable bid items for the work involved.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-117 August 2018
I
I
8-20.2 Materials I
(Special Provision)
Section 8-20.2(1) is supplemented with the following:
The Engineer reserves the right to inspect the manufacturing process of all materials. Final
inspection and acceptance of the installed materials will not be given until final installation
and testing has been completed on the systems. Approval to install materials and equipment
must be obtained from the Engineer at the job site before installation.
8-20.2(1) Equipment List and Drawings I
(January 26, 2012 CFW GSP- TRAFFIC DIV)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre construction conference, the Contractor shall submit to
the Engineer a completed "Request for Approval of Materials" that describes the material
proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information
shall be submitted for electrical and luminaire equipment, all wire, conduit, junction boxes,
and all other items to be used on the project. Approvals by the Engineer must be received
before material will be allowed on the job site. Materials not approved will not be permitted
on the job site.
8-20.3 Construction Requirements
8-20.3(1) General I
Section 8-20.3(1) is supplemented with the following:
(October 31, 2005 WSDOT NWR GSP, OPTION 5)
Construction Core Installation
The Contractor shall coordinate installation of construction cores with Contracting Agency
maintenance staff through the Engineer. The Contractor shall provide written notice to the
Engineer, a minimum of seven working days in advance of proposed installation. The
Contractor shall advise the Engineer in writing when construction cores are ready to be
removed.
(May 15, 2000 WSDOT NWR GSP, OPTION 6)
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the job site
without the Engineer's approval.
(January 26, 2012 CFW GSP— TRAFFIC DIV) I
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:
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-118 August 2018
1
I
I
Remove all wires for discontinued circuits from the conduit system or as directed by the
IEngineer.
Remove elbow sections of abandoned conduit entering junction boxes or as directed by
Ithe Engineer.
Abandoned conduit encountered during excavation shall be removed to the nearest
outlets or as directed by the Engineer.
IRemove foundations entirely, unless the Plans state otherwise.
I Backfill voids created by removal of foundations and junction boxes. Backfilling and
compaction shall be performed in accordance with Section 2-09.3(1)E.
(November 14, 2014 CFW GSP- TRAFFIC DIV)
IDelivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal
I materials not directed by the Engineer to remain property of the City shall become the
property of the Contractor, except the existing controller cabinet and all its contents shall
remain as property of the City.
I Removed signal and electrical equipment which remains the property of the City shall be
delivered to:
I King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
IPhone: 206-396-3763
Forty eight (48) working hours advance notice shall be communicated to both the Engineer
1 and the Signal Technician at the address listed above. Delivery shall occur during the hours
of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the
required advance notice.
The Contractor shall be responsible for unloading the equipment where directed by the
Engineer or Signal Tech at the delivery site.
I Equipment damaged during removal or delivery shall be repaired or replaced to the
Engineer's satisfaction at no cost to the City.
8-20.3(2) Excavating and Backfilling
ISection 8-20.3(2) is supplemented with the following:
(January 8, 2013 City of Federal Way)
I1 The Contractor shall supply all trenching necessary for the complete and proper installation
of the illumination system. Trenching shall conform to the following:
I 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
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-119 August 2018
I
I
i
and as narrow in width as practical to provide a minimum of pavement disturbance.
The existing pavement shall be removed in an approved manner. The trench bottom
shall be graded to provide a uniform grade.
2. Trenches located under existing traveled ways shall provide a minimum of 24 inches
cover over conduits and shall be backfilled as depicted in the project cross sections.
The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion
(CSS-1) or approved equal immediately before resurfacing, applied to the entire edge
and full depth of the pavement cut. Immediately after compacting the new asphalt
surface to conform to the adjacent paved surface, all joints between new and original
pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2.
3. Trenches for Schedule 80 PVC conduits to be located within the right-of-way and t
outside the traveled way shall be backfilled with bedding material two (2) inches
above and below the conduit, with the remaining depth of trench backfilled with native
material. If the Engineer determines that the native material is unsuitable, Gravel
Borrow shall be used.
4. When trenches are not to be placed under sidewalks or driveways, the backfill shall
match the elevation of the surrounding ground, including a matching depth of top soil,
mulch and/or sod if necessary to restore the trench area to its prior condition.
5. When trenches are not to be placed under sidewalks or driveways, the backfill shall111
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. I
Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit
in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers
with each layer compacted to ninety-five percent (95%) of maximum density in traveled
ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture
content.
11.
Bank Run Gravel for Trench Backfill shall conform to Section 9-03.19 of the Standard
Specifications.
All trenches shall be properly signed and/or or barricaded to prevent injuryto the public.
All traffic control devices to be installed or maintained in accordance with Part VI of the
Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as
specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This excavation shall
be incidental to the signal or illumination bid items.
8-20.3(4) Foundations
(Special Provision)
Section 8-20.3(4) is supplemented with the following:
t
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-120 August 2018
I
I
I
Excavation for foundations shall be completed by vactor excavation. This excavation shall
Ibe incidental to the signal or illumination bid items.
Foundations for luminaire poles shall conform to City of Federal Way Drawing Number 3-39
Iexcept concrete class shall be 4000P.
Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom
of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour.
IPole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-
thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a
I sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the
sidewalk. A construction joint shall be provided between the two units.
I The void between the foundation and the pole flange shall be no larger than 3 inches and
shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A
plastic drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the
interior of the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with
Ithe surfaces.
8-20.3(5) Conduit
8-20.3(5)A General
(Special Provision)
Section 8-20.3(5)A is supplemented with the following:
IAll conduit trenches shall be straight and as narrow in width as is practical to provide a
minimum of pavement disturbance.
IAll 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
Istarting work. The recommended owner/type abbreviations are:
Cobra — COBRA luminaire system
IAll conduit installed underground shall have polyethylene underground hazard marking tape,
6 inches wide, red, legend "Caution-Electric Line Buried Below," placed approximately 12
inches above the conduit.
IConduits shall be capped during construction using manufactured seals to prevent entrance
of water and debris.
IWhere sidewalk panels need to be removed for the installation of conduit or junction boxes,
the Contractor is responsible for restoring the area near the back of sidewalk as needed to
I repair damage from sidewalk panel formwork.
Where intercepting and splicing to an existing conduit is called out on the Plans, the
Contractor shall verify the conduit size and schedule before ordering the new conduit
Isections. The size provided on the Plans is an estimation.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-121 August 2018
1
I
8-20.3(5)E4 Directional Boring
(Special Provision) I
Section 8-20.3(5)E4 is supplemented with the following:
At the Contractor's option, conduit may be installed using a surface launched steerable drilling
tool. Directional boring shall only be performed by an experienced Contractor specializing in
directional boring and whose key personnel performing the work have at least 5 years' experience
in this work. The Contractor shall submit a plan and methodology of the proposed areas where
directional boring is proposed to the Engineer for approval at least 10 working days in advance of
the work. All boring must include potholing to establish boring profile, including the entry pit and
exit.
The Contractor shall be responsible for restoration for any damage caused by heaving, settlement,
separation of pavement, escaping drilling fluid or the directional drilling operation, at no cost to the
City. I
A complete set of as-built plans showing all bores (successful and failed)within 10 calendar days
of completing the boring shall be submitted to the Engineer. The plans shall be copies of the
Contract Plans and include roadway profile, cross-section, boring location and subsurface
conditions.The plans must include elevations of the installation.
Add the following new Section:
8-20.3(5)F Damaged or Blocked Conduits
(Special Provision)
Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to
remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air
towards the service or controller cabinet. If the blockage doesn't break free, the Contractor shall
identify the potential blocked/damaged location using a fish tape. Once the blockage location is
identified, the Contractor shall attempt to remove the existing cabling (if any) from the conduit. If
the cabling is removed, the Contractor shall attempt to pass a fish tape through the conduit again.
If the fish tape passes through the conduit past the identified blockage point easily, the Contractor
shall attempt to reinstall all existing cabling along with the new cabling called out in the Contract
Plans.
If the existing cabling cannot be removed, or reinstalled after removal, the Contractor shall
excavate down to the conduit blockage point and repair the conduit break. The Contractor shall
obtain approval from the Engineer prior to removing existing cabling or beginning excavation. All
cabling shall be removed from the conduit prior to repairing the broken conduit. Once the conduit
is repaired, the Contractor shall restore the disturbed area. The removal of cable, excavation,
conduit repair, and surface restoration will be paid for by change order or Unexpected Site
Changes as determined by the Engineer. The cost for other work needed to identify and remedy
blocked conduits as described in this Section shall be incidental.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(Special Provision)
Section 8-20.3(6) is supplemented with the following:
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-122 August 2018
1
I
I
Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways,
I 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.
IAll streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent
1 to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent
I the box from lifting out of the dirt.
Types 1 and 2 streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
IWiring 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
I maintain system operation. If wire is installed for this reason, sufficient slack shall be left to
allow for future adjustment.
The Contractor shall not damage any existing conduits when replacing or excavating existing
I junction boxes. The Contractor is to maintain the integrity of all junction boxes during
reconfiguration of the conduits, installation of new conduits or when excavating.
I 8-20.3(8) Wiring
(March 6, 2012 CFW GSP— TRAFFIC DIV)
The 8th paragraph of this section is deleted and replaced with the following:
I 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.
ISection 8-20.3(8) is supplemented with the following:
(March 13, 1995 WSDOT NWR)
IWire Splices
All splices shall be made in the presence of the Engineer.
I (May 1, 2006 WSDOT NWR)
Illumination Circuit Splices
ITemporary splices shall be the heat shrink type.
8-20.3(9) Bonding, Grounding
Section 8-20.3(9) is supplemented with the following:
I (August 21, 2006 WSDOT NWR)
IJunction Box Grounding
Where shown in the Plans or where designated by the Engineer, the metal frame and lid of
IIexisting junction boxes shall be grounded to the existing equipment grounding system. The
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-123 August 2018
I
1
I
existing equipment grounding system shall be derived from the service serving the raceway
system of which the existing junction box is a part. I
(March 13, 2012 CFW GSP- TRAFFIC DIV)
Contractor shall provide and install bonding and grounding wires as described in Standard I
Specifications and the National Electric Code for any new metallic junction boxes and any
modified existing junction boxes. For the purposes of this section, a box shall be considered
"modified" if new current-carrying conductors are installed, including low-voltage conductors. I
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. I
All conduits which are not galvanized steel shall have bonding wires between junction
boxes.
Ground rods shall be copper clad steel, 3/-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.
8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets
(Special Provision)
Section 8-20.3(10) is supplemented with the following:
The existing electrical service cabinet located at 29841 30th Avenue S shall remain
operational throughout the duration of construction.
The Contractor shall coordinate all work with the King County Maintenance Representative . 1
prior to electrical service circuit modifications.
8-20.3(11) Testing I
(Special Provision)
Section 8-20.3(11) is supplemented with the following:
All work shall be completed in a manner that provides the Inspector and Engineer with full
knowledge of the construction. The work shall proceed in accordance with the approved
construction schedule supplied to and approved by the City. The Inspector and Engineer
may, at their option, require work completed without their knowledge or inspection to be
dismantled so that it can be inspected to their satisfaction.
8-20.3(13) Illumination Systems 1
(April 12, 2018 CFW GSP- TRAFFIC DIV)
Section 8-20.3(13) is supplemented with the following:
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-124 August 2018
I
I
The existing lighting systems shall remain operational until the new systems are functioning.
I I The Engineer may approve partial interruptions required because of staging.
(Special Provision)
A grounding lug or nut shall be provided in the hand hole frame or inside the handhole frame
or inside the pole shaft to attach a ground bonding strap.
I The existing illumination system is controlled by a single photoelectric cell mounted on the
luminaire nearest the service cabinet. All new luminaires in the system shall incorporate a
block out (7-pin shorting cap) for the photocell.
I8-20.3(13)A Light Standards
(March 15, 2012 CFW GSP— TRAFFIC DIV)
The 8th paragraph of this Section is deleted and replaced with the following:
IAll new and relocated metal light standards shall be numbered per City of Federal Way
Development Standard Drawing number 3-39B.
ISection 8-20.3(13)A is supplemented with the following:
Each roadway luminaire shall be installed with a shorting cap on each individual luminaire
1 fixture, except the roadway luminaire closest to the electrical service shall be installed with
photocell.
8-20.4 Measurement
I (Special Provision)
1 Section 8-20.4 is replaced with the following:
I No specific unit of measurement shall be applied to the lump sum bid item "Illumination
System Modifications, Complete".
I 8-20.5 Payment
(Special Provision)
Section 8-20.5 is deleted and replaced with the following:
IPayment will be made in accordance with Section 1-09.1 for each of the following Bid Items:
"Illumination System Modifications, Complete, Lump Sum.
IThe lump sum price for "Illumination System, Complete" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as specified. The
I lump sum price shall include all costs associated with connecting the illumination system to the
service cabinet and for making modifications to the existing systems as noted. All items and
labor necessary to supply, install, and test the luminaries, poles, foundation, conduit,
junction boxes, service circuit breaker and connections, the photocell, electrical service and
I service cabinet electrical connections, connections with existing conduit and junction boxes,
restoring facilities destroyed or damaged during construction, salvaging existing materials,
and all other components necessary to make a complete and functional system shall be
Iincluded within the lump sum price.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-125 August 2018
I
1
i
Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials,
backfilling of trenches, pavement restoration of trenches and conduit/junction box
installations shall be incidental to the bid items included in this section and no additional
compensation will be made.
Coordination of service connections with Puget Sound Energy and any necessary permits 1
and fees associated with the service connections shall be considered incidental to the bid
items included in this section and no additional compensation will be made.
Coordination with communication connections with Comcast, Qwest, or other communication
provider affected by this project, and any necessary permits and fees associated with the
communications connections shall be considered incidental to the bid items included in this
section and no additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this section
and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in this
section and no additional compensation will be made. ,
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
8-21 PERMANENT SIGNING
8-21.1 Description I
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, and sign
relocation, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD,
and the City of Federal Way Standard Details at the locations shown in the Plans or where
designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned
to the Owner.
Colors of all permanent signs shall be submitted to the City for approval prior to installation t
in the field. Installed signs that do not have color approved by the City may be required to be
removed and replaced in an acceptable color at the Contractor's expense.
8-21.3 Construction Requirements
8-21.3(2) Placement of Signs
(December 18, 2009 CFW GSP, TRAFFIC DIV)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of
completion of the permanent signing installation to inspect, inventory, and log all new and
relocated signs.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-126 August 2018
I
I
I
Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control
IDevices (MUTCD) with Washington State Supplements.
8-21.4 Measurement
I Section 8-21.4 is deleted and replaced with the following:
(December 18, 2009 City of Federal Way)
No specific unit of measurement will be applied to the lump sum bid item "Permanent
Signing."
I 8-21.5 Payment
(Special Provision)
Section 8-21.5 is supplemented with the following:
IPayment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
I "Permanent Signing", lump sum
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installations and removals, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard
Details at the locations shown in the Plans or where designated by the Engineer.
1 8-22 PAVEMENT MARKING
8-22.1 Description
I (December 18, 2009 CFW GSP— TRAFFIC DIV)
Section 8-22.1 is supplemented with the following:
I Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20.
8-22.2 Materials
1 (October 23, 2014 CFW GSP— TRAFFIC DIV)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
IGlass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
(October 23, 2014 CFW GSP— TRAFFIC DIV)
III Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9-
34.4.
I (Special Provision)
MMA Colored Pavement marking shall be Methyl Methacrylate (MMA) similar to that used in
IIbicycle and/or bus lanes.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-127 August 2018
1
1
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP- STREETS DIV)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is released
onto public streets or roadways prior to installation of permanent pavement markings. The
Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to
installation of temporary pavement markings. After approval of permanent lane markings,
the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer.
The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint
line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17,
Dwg 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this
Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern
based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise
specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall
generally follow the alignment for the permanent pavement markings and double lines shall
be used when specified for the permanent pavement markings. I
Reflective tape shall not be used when the temporary pavement markings are to be exposed
to traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable for
reflective tape.
All costs in connection with the use oflacement reflective traffic tape as
(P and removal)
temporary pavement markings shall be incidental to other bid items. All costs for paint lines
and reflective pavement markers used for temporary traffic control will be paid under those
respective bid items.
8-22.3(3) Marking Application
8-22.3(3)E Installation
(April 12, 2018 CFW GSP- TRAFFIC DIV)
Section 8-22.3(3)E is supplemented with the following: I
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01.
8-22.3(3)G Glass Beads I
(March 13, 2012, CFW GSP- TRAFFIC DIV)
Section 8-22.3(3)G is supplemented with the following:
be appliedto Type D markings at a rate of eight (8) to ten (10) pounds per
Glass beads shall yp g g
one hundred square feet.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-128 August 2018
1
I
1
Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per
Ifour(4) inch wide by one (1) linear foot of marking.
8-22.3(6) Removal of Pavement Markings
I (April 12, 2018 CFW GSP- TRAFFIC DIV)
Section 8-22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement markings that may
Iconsist of paint, plastic and raised pavement markings.
8-22.4 Measurement
1 (December 13, 2012 CFW GSP- TRAFFIC DIV)
Section 8-22.4 is supplemented with the following:
I Removal of all pavement markings will not be measured for payment, but shall be included
in other pertinent bid items in the Proposal.
8-22.5 Payment
I (Special Provision)
Section 8-22.5 is supplemented with the following:
I
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in thero osal:
p P
II "Profiled Plastic Line", per linear foot.
"Plastic Line", per linear foot.
I "Plastic Crosswalk Line", per square foot.
"Plastic Dotted Wide Line", per linear foot.
I "Plastic Yield Line Symbol", per each.
I "MMA Colored Pavement Marking", per square foot
8-23.5 Payment
(September 7, 2018 CFW GSP— STREETS DIV)
ISection 8-23.5 is replaced with the following:
Payment will be made for each of the following Bid items that are included in the Proposal:
I "Temporary Pavement Marking", per linear foot.
The unit Contract price per linear foot for"Temporary Pavement Marking" shall be
I
full pay for all Work. All costs for reflective traffic tape as temporary pavement
markings remain per Section 8-22.3
I
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-129 August 2018
1
I
Add the following new Section:
8-30 POTHOLING AND RESOLUTION OF UTILITY CONFLICTS
(April 12, 2018 CFW GSP- STREETS DIV)
8-30.1 Description '
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these costs
by force account if the work proves to be acceptable and the Contractor had performed the
work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements I
The City may direct the Contractor to pothole existing utilities to verify the field location and
depth. Potholing shall include excavation and backfilling of the existing utility, identification
of the pipe or line size, material type and condition and the survey work to locate the facility
horizontally and vertically. Survey information to be obtained shall include station and offset
to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to
the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with
CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to
public traffic, the HMA patch shall match the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing utility,
the Resolution of Utility Conflicts item will compensate the Contractor for standby time and
additional work in the following manner: I
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e.
storm drainage, underground utility installation etc.) due to conflicts with existing
facilities. However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict.
The Contractor shall be responsible to adjust his work schedule and/or
reassign his work forces and equipment to other areas of work to minimize
standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices
for the associated work. Work that can be measured and paid for at the unit contract
prices shall not be identified as force account work. This work includes but is not
limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications. I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-130 August 2018
1
I
I
8-30.4 Measurement
I "Resolution of Utility Conflicts" will be paid by force account per Section 1-09.6.
"Potholing", will be paid by force account per Section 1-09.6.
,
III
8-30.5 Payment
I "Resolution of Utility Conflicts", will be paid by force account
"Potholing", will be paid by force account.
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to
become a part of the total bid by the Contractor.
IUtility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
I
END OF DIVISION 8
1
I
1
I
I
I
I
1
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.NSIP-1031(005)
Bid Document SP-131 August 2018
1
1
DIVISION 9
MATERIALS ,
9-03 AGGREGATES
9-03.12 Gravel Backfill ,
Add the following new Section:
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP- STREETS DIV)
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90 1
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow
(April 12, 2018 CFW GSP- STREETS DIV)
Section 9-03.14(3) is modified with the following requirements:
Material from on-site excavations meeting the requirements for Common Borrow shall be
used to the extent practicable. Material for common borrow shall consist of granular soil
and/or aggregate which is free of trash, wood, debris, and other deleterious material. I
Common Borrow material shall be at the proper moisture content for compaction. This
material is generally moisture sensitive. The natural moisture content shall range from not
more than 1 percent wet of optimum to not more than 3 percent dry of optimum as
determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield
under the weight of compaction equipment and construction traffic. The Contractor is
responsible for protecting the material from excess moisture wherever/whenever possible.
To the extent practicable, this material should be handled only during non-rainy periods and
should be removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and
should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90— 100
2" square 75 - 100
U.S. No. 4 50 - 80 1
U.S. No. 40 50 max.
U.S. No 200 25 max.
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-132 August 2018
I
I
I
For geosynthetic reinforced walls or slopes, 100percent passing 11/4-inch
Isquare sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil
I mass together to form a stable surface when heavy construction equipment is operated on
its surface.
9-05 DRAINAGE STRUCTURES AND CULVERTS
1 9-05.15 Metal Castings
Add the following new Section:
i9-05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover
(April 12, 2018 CFW GSP- SWM DIV)
IHeavy-Duty hinged style ductile iron frame and covers shall meet the requirements for metal
castings found in Section 9-05.15. The covers shall be hinged and incorporate a 90-degree
blocking system to prevent accidental closure. The cover shall be operable by one person
I using standard tools and shall allow for the cover to open to 120-degrees where it can either
remain open in a secure position or be removed if needed. The cover pick slot shall provide
a solid point of removal for most removal tools and be designed to eliminate surface water
I inflow. The frame and cover assembly shall be capable of withstanding a test load of
100,000 lbs. and include a "T" shaped durable gasket to cushion traffic shock and resist
water infiltration. The frame and cover assembly shall be circular, compatible with City of
I Federal Way standard top slab openings, and available in a 24-inch clear opening. The
frame and cover depth shall not exceed 4 inches and the flange shall incorporate bedding
slots and bolt holes.
9-05.15(5) High Impact Multi-Purpose Rubber Composite Adjustment Risers
(April 12, 2018 CFW GSP- SWM DIV)
I Risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume
recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes,
and any other surface defects. Adjustment risers shall be designed for heavy duty street
I traffic and shall meet or exceed minimum load capacity requirements of AASHTO.
Manufacturer certification shall be furnished upon request stating that the product meets the
requirements of this specification. Risers shall be available in standard thicknesses from
1/2-inch to 3-inches; available flat or tapered; and in round, square, and rectangular shapes.
I9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1(1) Topsoil Type A
I (April 12, 2018 CFW GSP- STREETS DIV)
Section 9-14.1(1) is supplemented with the following:
I Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The
soil shall be high in organic content and compromised of fully composted and mature organic
materials.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-133 August 2018
I
I
Refer to Section 9-14.4(8) of the Standard Specifications for compost requirements. No
fresh sawdust or other fresh wood by-products shall be added to extend the volume after the
composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum I
pH Range 5.5 to 7.5
Conductivity 5 mmhos/cm Maximum I
9-14.2 Seed
(April 12, 2018 CFW GSP- STREETS DIV)
I
Section 9-14.2 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following varieties
mixed in the proportions indicated, or approved equal:
I
Seeded Lawn Mix
Name By % % 1
Weight Purity Germination
Tall Fescue/ Festuca arundinacea 40% 98% 90%
1
Creeping Red Fescue/ Festuca rubra 25% 98% 90%
Highland Colonial Bentgrass/Agrostis 5% 98% 90% I
capillaris var. 'Highland'
Perennial Rye/ Lolimum perenne (blend 30% 95% 90%
of two: 'Fiesta II', 'Prelude II', `Palmer ll',
'Commander'
9-14.3 Fertilizer I
(April 12, 2018 CFW GSP- STREETS DIV)
Section 9-14.3 is supplemented with the following:
I
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
I
City of Federal Way RFB 18-007
i
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-134 August 2018
I
I
I
9-14.4(3) Bark or Wood Chips
I (April 12, 2018 CFW GSP- STREETS DIV)
Section 9-14.4(3) is supplemented with the following:
I
Bark mulch shall be medium grade composted ground fir or hemlock bark.
The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch
' shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The
moisture content of bagged mulch shall no exceed 22%. The acceptable size range of bark
mulch material is 1/2" to 1" with maximum of 20% passing the 1/2" screen.
9-21 RAISED PAVEMENT MARKER (RPM)
111
9-21.2(1) Physical Properties
I (March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 9-21.2(1) is supplemented with the following:
Type 2 raised pavement markers shall NOT be ceramic.
9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(January 8, 2013 CFW GSP— TRAFFIC DIV)
Paragraph three is deleted and replaced with the following:
IAll 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
I
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
1 divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
I
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.
I
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
I 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
I primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective
Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The
I
reflectivity standard of supplemental plaques shall match that of the primary sign.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-135 August 2018
I
f - -
1
1
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP— TRAFFIC DIV) I
Section 9-28.2 is deleted and replaced with the following:
All sins shall show the manufacturer's name and date of manufacture on the back.
9
9-28.8 Sheet Aluminum Signs
(January 8, 2013 CFW GSP— TRAFFIC DIV) '
Section 9-28.8 table is deleted and replaced with the following:
Maximum Dimension Blank
Thickness
Less than 30 inches 0.080 '
inches
Greater than 30 inches, less than 48 0.100
inches inches
Greater than 48 inches 0.125
inches
Section 9-28.8 is supplemented with the following: I
All permanent signs shall be constructed from aluminum sign blanks unless otherwise
approved by the Engineer. Sign-blank minimum thicknesses, based on maximum ,
dimensions, shall be as follows:
All D-3 street-name signs shall be constructed with 0.100-inch-thick blanks. The Contractor
shall install permanent signs which meet or exceed the minimum reflectivity standards. All
sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP— TRAFFIC DIV) j
Section 9-28.9 is deleted in its entirety.
9-28.12 Reflective Sheeting ,
(Special Provision)
Section 9-28.12 is supplemented with the following:
All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting.
9-28.14 Sign Support Structures
(December 18, 2009 CFW GSP— TRAFFIC DIV)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be '
timber sign posts.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-136 August 2018
1
I ,
I
9-28.14(1) Timber Sign Posts
I (December 18, 2009 CFW GSP— TRAFFIC DIV)
Section 9-28.14(1) is supplemented with the following:
I 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.
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
I9-29.2 Junction Boxes, Cable Vaults and Pull Boxes
9-29.2(1)A Standard Duty Junction Boxes
I (August 1, 2016 WSDOT GSP)
Section 9-29.2(1) is supplemented with the following:
Concrete Junction Boxes
I Both the slip-resistant lid and slip-resistant frame shall be treated with Mebac#1 as
manufactured by IKG industries, or SIipNOT Grade 3-coarse as manufactured by W.S.
Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or less the slip-resistant
III treatment may be omitted on that portion of the frame. The slip-resistant lid shall be
identified with permanent marking on the underside indicating the type of surface treatment
("Ml" for Mebac#1; or "S3" for SlipNOT Grade 3-coarse) and the year manufactured. The
1 permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead.
9-29.6 Light and Signal Standards
(December 18, 2009 CFW GSP— TRAFFIC DIV)
ISection 9-29.6 is supplemented with the following:
Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish
with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that
luminaire mounting height shall be as shown on the Illumination Pole Schedule.
9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
I
Cantilever Bases, and Sign Bridge Bases
9-29.7(2) Fused Quick-Disconnect Kits
I (Special Provision)
Delete the second paragraph and replace with the following:
I Illumination fuses shall be slow burn, rated 10 amps.
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 9-29.7(2) is supplemented with the following:
IFused quick-disconnect kits shall be of the SEC type. Underground illumination splices shall
be epoxy or underground service buss/light connector kits. Installation shall conform to
details in the Standard Plans.
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-137 August 2018
9-29.10 Luminaires
(March 7, 2018 CFW GSP— TRAFFIC DIV) 1
Paragraphs 3 and 4 are deleted and replaced with the following:
All cobra-head style roadway luminaires shall be provided with markers for positive
identification of light source type and wattage in accordance with ANSI C136.15-2011 with
whole number wattage value and "LED" text. Legends shall be sealed with transparent film
resistant to dust, weather, and ultraviolet exposure.
9-29.10(1) Conventional Roadway Luminaires
(November 28, 2017 CFW GSP— TRAFFIC DIV)
Section 9-29.10(1) is supplemented with the following:
New roadway luminaire installations shall be cobra-head style light-emitting diode (LED),
wattage per plan, flat glass luminaires with 7-pin photocell receptacle, and shall be supplied
and installed by the Contractor. The terminal board shall have lugs of a 240-volt 3-wire
power source. Terminals shall be labeled line-neutral-line. The neutral terminal shall be
grounded to the metal housing of the luminaire. The LED luminaire shall be factory set to 111produce IES pattern M-C-III.
Conductors serving the luminaires shall be copper of the size shown on the Plans and shall
run to the service pole in separate conduit from the signal conductors as shown in the plan I
view. Fused quick disconnect wye cable connector kits shall be installed at the handhole
inside the base of each pole supporting a luminaire. Top conductors from the pole base to
the luminaire shall be a minimum No. 12 stranded copper. The grounding conductor shall be
connected to the neutral terminal in the luminaire fixture.
Pole type and mounting heights shall be as specified in the Contract Plans and Standard
Plans.
9-29.10(3) Vacant
(November 28, 2017 CFW GSP— TRAFFIC DIV) I
Section 9-29.10(3) is deleted and replaced with the following:
9-29.10(3) LED Roadway Luminaires I
All new roadway luminaire installations shall be light-emitting diode (LED) luminaires.
LED luminaires shall be furnished and installed by the Contractor. The units shall meet City
standards for average maintained footcandles, uniformity ratio, mounting height, and
distribution pattern as indicated in City of Federal Way Development Standard Drawings 3-
38 and 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K +/-
300K. Final wattage and spacing shall be determined by a lighting design performed by a
Licensed Engineer. The Contractor shall provide a photometric plot of the streetlight system
and line loss calculations. An LED luminaire with a CCT of 3000K +/- 300K may be
permitted on residential streets with approval from the City Traffic Engineer. 1
Approved LED manufacturers for roadway luminaires are AEL, Cree, E-Lite Star, GE, and
Leotek. Other manufacturers may be approved by the City Traffic Engineer. '
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-138 August 2018
1
I
I
Units shall incorporate the following features:
1. A housing capable of being mounted on a standard 2-inch roadway pole pipe
tenon.
I 2. A housing manufactured from a die-cast low copper alloy aluminum designed to
minimize corrosion.
3. Electrical components accessible through a swing-down entry door secured by a
trigger latch or similar tool-less entry mechanism.
4. Resistance to vibration and impact.
5. Provisions for installing a 7-pin photoelectric cell or shorting cap, whichever is
Irequired.
6. An LED light engine protected from the elements by a prismatic glass lens.
I 7. A thermal management system that promotes maximum air flow through the
luminaire to ensure a minimum of 60,000 hours of operation at 25 degree
centigrade with no appreciable loss of lumen output.
I 8. Protection against solar heating when not in operation.
9. Dark sky optics.
10.Glass tertiary optics that will not discolor or become brittle over time.
11.Sealed optics system rated for IP66 against water and dirt infiltration.
12.Surge protection module to protect the LED drivers, photo controls, transfer
I switches, and relays from electrical disturbances as defined by ANSI/IEEEC62.41,
Category C. The unit shall be replaceable through the use of modular plug and
wiring.
I 13.Solid state multi volt electrical drivers with a rated life of 50,000 hours.
14.Electrical drivers mounted in a heat sink and located such that they are isolated
from heating by the sun when not in use.
I15.7-Pin Photo control receptacle that is adjustable without tools and is designed to
meet U11598 specifications for wet operation.
9-29.11(2) Photoelectric Control
(Special Provision)
Section 9-29.11(2) is supplemented with the following:
IAll new luminaires shall have 7-pin shorting caps installed.
I (December 18, 2017 CFW GSP— TRAFFIC DIV)
Section 9-29.11(2) is supplemented with the following:
im One photocell shall be installed for all luminaires in the same electrical service system. The
P
hotocell shall be located on the topof the luminaire closest to the electrical service.
I
I City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-139 August 2018
I
1
9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3(4) Type D— Liquid Cold Applied Methyl Methacrylate
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 9-34.3(4) is supplemented with the following:
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
(March 13, 2012 CFW GSP— TRAFFIC DIV)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads ,
Surface-drop glass beads shall be the "Utah Blend" with a Methacrylate compatible
coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Core Elements ,
Surface-drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM
2176.
The bonded core reflective elements shall contain either clear or yellow tinted
microcrystalline ceramic beads bonded to the opacified core. These elements shall not
be manufactured using lead, chromate or arsenic. All "dry-performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when
tested using the liquid oil immersion method. All "wet performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when
tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series. "S"
series is a slightly finer gradation of elements compared to standard.
I
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-140 August 2018
1
I
I
I . Element Gradations
Mass Percent Passing (ASTM D1214)
US Micron Standard "S"
Mesh Elements Series
12 1700 80-100 85-100
14 1410 45-80 70-96
I
16 1180 5-40 50-90
18 1000 0-20 5-60
20 850 0-7 0-25
30 600 0-7
IA 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
I 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.
I 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.
IBonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide
by one (1) linear foot of marking.
IReflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro
reflectivity is averaged over many readings. Minimum Retro reflectivity results represent
I 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
I 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-
' I candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified
I 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
1 700 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
I 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
III Division (TED).
I City of Federal Way. RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No.HSIP-1031(005)
Bid Document SP-141 August 2018
f
1
1
The Contractor will be required to take and record readings every 500 feet utilizing a 30
meter device approved by the Traffic Engineering Division. These readings shall be
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White Yellow
Dry(ASTM E1710) 700 500 1
Wet recovery (ASTM E2177) 375 280
Wet continuous (ASTM E2176) 150 125
1
END OF DIVISION 9
1
1
1
1
1
1
1
1
1
City of Federal Way RFB 18-007
Military Rd S&S 298th St Compact Roundabout Federal Aid No. HSIP-1031(005)
Bid Document SP-142 August 2018
1
I
I
I
I
i APPENDIX A: WSDOT Standard Plans
I
I
I
I
I
I
I
I
I
I
I
I
I
I
_ _� t
WLmn i O
I
I 1' 8. Ja1°i
00 EI? 'o j m F.
W�c� m�_mq m g a �'y �``i gg
0 0 W 3I
c $ m fi moi- cm 'F si d o m )jJ .�i Pa peg • 0 a N ff !•
fflt
� �
I
tS E �c�pp jIii! q� Sm
8 w C E 6 L N 'F S !g c N E
I Er,..0 ,pals. t. ii 0 •!
3
m 2�h sio 4 Oqi @ t
A2 'Sg Sfic�E E� g2 m .E 2
Z... a r ' ET$ g.." mWW •c j c pg
11
ip
M �q° e'wl w if4 p�W 2 E 22 2 _� V
O ll N
2 r of v vi to ti }el' m
111 1 4f W N
0
i r Z �
W WK
Iz
W' 1
N ail t, i. t. Lt
W
I o=
g
II h
z- o
1s m m =t,,
lii
a e 0$ to *N ;a N
I
a 'nyd $ ng * m at
I �
I RW
4 o 6
#4
°a aS
I / gO C
WCe
\ Iii 4 X wg pi.r 4,
� ro
I /24\ i z r
v W '170 W
\ — 4,
Ilk
re
\ Ir.-A o
filillig
/ Ilra" z J `�il `ddW►`�iiiiY►;
I r sA! 0
V ,
W
.131' 62
f °o
h'Y . aha
8 o
I )(fflS)WY :AB NMY JC
a m w�wr wMmr.�.w °
ign3mWW p
Od
ea a O
sfro
c c NlY�Y�T6N YonstlaN1YM/M
mnwawmeoaran raw mamr 8 �
5° �� p
d
N
y •
AgA` 6'.>'4,
Rig (,,
Sm 8iq a �y� j' m
-
222 °C m 00�) 3 x m _
!IIU1
11 NL am -I ✓, d
mg
o
$
` ° m mgm= 8y ms we S0 0000 18 oil "I O�
00 f.
Z 010
1?, V Tis 1,8v6
��¢ my xxxx $' EYh
od
mI
.18 F- V3
o� N3 m.4..3. cs
0'
ffi 1'cYc
5
la4wxN 2" . m:gIE g0
4cE m? & ammm
VU9g2 }} Pi
Cg7T &
gE- ym o $ �' 0tl
W
11
49 VW R l e> m e a °gym I
h`Ea in, m a a2 gra!^
o
2 r N try R Lli
I
,
2 F Cl N
W
W w WKD
(A Z� m tz~iJ
U W Et
U W
6.- r<
c
Lag
W U 8
9 0
U kZ
w
yI
2
'NIIN.2 F 1 _ ...r1ltS .. 0
O.
i,
LILLti
IlZr �i�I� rJ i
3 . a
V
U 1 2
OZ d W °=
5 c w
R-
E111
U
re
.uVI o
3vt.tltX 4
0-4
a 8
..., 57,1 ., ' k` ; i t_ Wt- iiiq
it g if a. e
ii 4.p. vm o 0
Z LL
ill a
itti
Y-O r.(I. ,AA. ,i 0]
tomm a r
io�u s '�j E C W 'r4, 3
E=ont213.2 "FT
o 1�
f g
w // l W ei ._
t7j d6
I
IP
6 re
••`•---Plikeil It
Ili 41
' .J W 1, t it 111 C14
B Ol M.re . d
WOLIj S31LlVA 0 :!IE \ m/-
1 z F IW-
Z
Z W
z .>_ w z r .r..L m
Z
wW °p,y C1
D
UUOW gl 0 zr
6 W
�� a
111 .>z, i
-Z: III W ii
Q z .o
w m O .z
O�d W t.1 �[<
79i iil 1-
) rx\..71..'.
t *„* g z 4 z= CO3 U 5
't CO)m Wo LL F W
•
... " - - H
8 WU >b �/� U7
m V .,, V V
O 0
0 LL C t m 0 4
Zt H Krcw _____ Z u.
a i, m a' ui
.b•.L W
0,2= kiwi p,' Y C1
qgd R`d a C
hi
rc oa <
CIE W
g
O g'Wci 0
¢ 5a Cuj
F c3
0La0
o , & o
Uw # w W C1 Q ¢ C
Iiii
g co
w au
i VI
nig
p o .L # III
_..tet v
It �- �0 W N • ♦ F WLL
II 0 z z NN V�
�� ' W< ti .o y0j
w >b.,. ' W w.
V 7 • ~ 1u 1-
<i H
aa
W a�
__ " e 111 V ."�"� <V
:///4 ..-!
D y
a 'g w
i LL O _•
d L
1130011 NL13A -19 NMVLIO
i
I
4::.,
a 11kb
FY. ,� pK -y m'4414
W i 'a�_ii
'$ ^ b o OW d w II
,. nom- oo t Llai w°j5� SV La U ` 0 d# os. 13 o - . 5,
aab �7j yy,5 < Ta$ cEri. U 0. O d
U
=1 awi i,...,,..-:,..„14.-..........„....,!:``�Tfl; p $,.o_m$ z $ to
h,v�ij ti\s`:; 1 is 5 o
ti r: `k\v�! _ 111 S S `° ¢ p;
b ttl s \ti r+ a N smag Nc W Y Ii i a°a 0
Fr S , 1.:i W (- b m Q t 16 rc
P Is? + +'`o tso_YJ LL 2 r /V J O O N B_¢ W
n
I it r.
S j OF m m
w U 1! w w
� Y,
a� '
tmNN , I0� �£�ti 1JI \�
4Iw
.3 ` nY
' ;.
w
F + Rd $g5 `
�cr
1W
g o- y a : O
I
;-
Ure
o a W 00 I m N I-2 m
6 {� 50
f 1 .0 mw a ( 9., 4
r
+ai` os` be
K I
t447/
//,,+/',. 0 E H ce 4 ; a b h
.�/i I
t l� OmC tl * yi�HtW 1 , JCl Z as .. r�_ .._.._._ In N 4 W U 5
<
o i r. S7 _em
N d W
R,..'. U z W
IC U ` B
m
,,,,t
gi+
+
▪ OJ0 li LL HwU > ¢
O W
agO
ow ° ut_ z w
0 N
▪ LL
O a, '84IN o
/ 3
Or r=
fl4:.ilb �
ii
+ ' o Zg...g...,
W rz ¢ 7 aS3mai77 =w `Qm ZO ,, E O .Vjtx z I?f
NYA
ow
uJ
tLLvF1II
O Sz a• III
in
mQ7 ' ? mI m m . m . (` 0 fFjin i IN 15; f zvp wm ¢01-, V U30! , acr Q.,` C O
- t i 2 2
I 11.1
-_. S31irVn 0 = 0 C
1 O
1130011 N1133 :A8 NMVLIC I
I .
4 cv
q
04 !
''' 0 1 ... z ,
?,7 ui ... o ,
\. \ 0 644'4, k 2 I" 1- °1"''
I \ \
\ \
\ \ <9' IF,: 00 IL tl St.z 1
1:::
. :;*4.4't I i a 3 ,`7). §ii
o. c.,., 1
0,41**,4.4; •..,,, 5 ii ct-, 4 E 1
"(4064''' .', ,ft :...4 . 1-
• ••;,„,—. . in I ii. 2 I a.
\ ‘,
I ,
\\, \ \
, \ E 8
5 -1 0.1,,,,
'"V wets mi 3 $ 5 i 4 i
I
2 CO
...
2
4 1 cl
I \X\
„
„ \
6
\ , i zoin
,
\ 4
44 i—
.%.
'.\\‘,..\‘ \, \
I 'a,
*
\ \
--,
S 5
.11, \\\
a .., \ ,ca
\A \
•:' . ! -'z'N\ . ;
\\\
-,..N
I
-,,\' ....
u k t
,,,,,,,,,„
A
u
x t
I \\
x 8 B
se
I, \\ 1
i NI
/ N. \
.„
•..\ 7/
,
I
. us
I 8 g '• 1/
1 ea
o
ea
Z \
n itl
.
1 .ri,
ilLt3 g ..E
2110
iii.2e. ,
I 8
,„..
,„:.
„. .
.
a d 7.-...M
IIit 8 kg
:al
,.//
- - I
I g:.
il:
6 Lii .
.-1,1„,,-.•' •::---::: : g!
o'o
I ,
....•
I
I -6
i
he
°2 ri
8 SC
I .I
. 1
/4".
m
re
LIJ 0
,,,/,, :: .,-- 1 II
LO
0
,s a. Z
t o
--- 1- g
1 o 0
1- o
Lit
0
15 . ..
.
- -
. . .. le
,. ,
...;-,---,7:,-- .-
15
5
I A..
zt I z
2 I. o
\\*Cln
ISN3e138 TIM 'AEI NMYNCI
1 N
9 ? I
N I
a
419 s`i? °1 g
0 0 tRitp ,4 ii'iii FL= 1" m it r-
ti 3 — a I- 5e a 1
6tAl f 22 lip 1
a. #wv .,t...1 , .,,,, a A ,, E 4.
,. 0 t , i••01 0 g 1
\'
l'iri m. tfil 4 4. . t a
4. ".0. gli 0 ,W, El
04, 1,,4 ui 2 rel 1 re
voi
be Igo 0
11.2
0 I cl
I
0
i R a
> —
ci. g
R ,
a
I
_ o x
p- 8
S \ \ 5
U
-.I \ g
. \ ,9 2
R
w
N k, 1 *
I
9 D a
i \ w 0
92
v
I
s
re
ii
-..,
a fir 5
. I r r i z z kir
,... i p.2.
71 b .4 b b 'ib gclla
-
mi 5 i ur 5
— — , z _5 I
go z
m .8r°t-
41 * g
& a ! i 0 3 5 a
F ot 24 EN, 44 c, . ri. ti. h. kr eti hi !,t4 tr g g g w uz6,
ni
cc 0 CC il . go F
-2' w 00 5 re 5
cm L III2giA
Ix 7
zo m 0_9,6;5
to 0 t2v ,, 44X4 gig k-Zxo-
in
' irom.
14 0 1 :_ :r 5, T g,' 8 8igia cii.
' !.
111 g .9
I
r v _
a 1 a
I
-"I
I
W
5 !
i- CI
WI
a
z
\ 8:
SW7:13131118 AS NRAV210
1 op
mu t
2_ 0.0A4 it 5 • F
11i 1;
Trr Y �� z 3< CZs, g
� f � ,• i it Y �S v`°.� li , d o 3
¢1 j '� ( � p_ry�p moIf w ' y k
4� �1 S j W O ( � I� a i Yi W m "8 d�� V a it $i I
9 too i le OI i} t
Ei a 2 u6 Z ;
3 ' + �+ � O 6
1� a � f0i1' 4i 2 !N
s., ,
:,Zt „Z Ll ..UL b- I
1
ai
05
Xlt 4 t. a .7Jl t ZZ Y '�i W
E
a & = : ii
M1LL \
((
p��
O N tV ? wy
�
• 0iv is,
co s 1 til,
g Ts
/ 8
352 i
to cco at
1. kg r �. ,5.
s
si
I • c o
Al. 8 d
Ea 4 m
ci c m N yits,.t d °Wd _
te
o cqAq
E A fi r tv t.Nt+.t o .b/LF.L
e
re III ji re
L— i 1
- 'T
3tyT ' �� r1u Z d li pr,
211L nit ,.Z/tL r4 = G
V lY
2n tf
�pTr 1
I.
I tl 1 4 it1 4I I I it, 1•
^iU 4i
E l
3le
t !,: r ( H
V i., 1 it O
CO
( fit II 4 i, i li• 1 It
iI 4o i o t' W re
+4I it O " Y } o b r r1 4
, € a.
i • 1
1 s1 ( O } :t 1 } 10 k .k N
Ti i N t 1 g i . -
i it' st x t 1( I 1' x I1 } ie tC
} 1 it j N f 1.
( i N � ;tl r
Itt s E
tit
1 III
I I ,S 1 II' r •
1I1
( 1 ll I( I ' =Id ,, ` i ; 1 �� �C =�
.,bZ ..B E � .ZII5 Ai.
d d re >
z 41T d Iv o T z Z Q t
...' ,_
d ry R G 2 it C N N it�..
I kII �tII /.
I i` LL •
-.yr l
.Ill t
ISN499611113 'A8 NMVNO t ..L'L 1
in
$o
, rS o Tan ` P v Udm cojS�L` c a i U c w - $ o$ 1=St`cm $ ,2_, ill,
, m IL sI. oi
?o1 Z44'2 o L2 &g B m m JJj
I 142 E- n a <g- (1H fla' F y *�\"'O o tiV 1 ) LL L
mh I oo me g Lo689.2S t 111 3 arci -., `45Ita U U 111 8! E �m E rcrcae S� mg3 pgpS.-Sw.y 22015 p z .0 flu
10 H
gp�� �aE E m�soc Oc m 3 m o ff11111
8 �c s�"pO"g � W a. 4 0
8 ' ? an Foc m ♦, R
mbEvggmmci3E'� "� SC'�io -4E6 6' g3 U a mamog?E E A�$ 2 * * o=
Yc .1 o°i- LL� Elmo t' CI' W3c V * zo
-2 We (;>.g %(:),3�� as �i 1'81
-Egt OI °� Qa
gg V U°$B. Xm s ag
5g3 ?ffi `mEZ ,mmO°E a° vas , tS<
DE S ao 1.25 ii -2§W { .E«'6'_Ei. mi Eg� 8. 211,
gm d Sti,.,m Ucg.. so m_S V• 2` to m I l°° p W
E Nm e 1 2 @ 2e m ET,
w
I a 3 8cU li A Hr1a ofi�'3 v 31 a
O a
Z .- N [7 4 . co t` m OS •`.
t 3
UicC o
p
I
_:.g W ZF ro
W0 U caw
MI 2F mW`` p
wN a' Vr, = yF / ti , O
ai G m t C9 0 w co 4
t ., LL
J m * p S.
m� fit. j
Y$
{
iul
f c�� i� W > t
d
70 _.__.� i.
n
(7� •` Om
Ih�� <lL O� 7 2 =
V
�jse
Z /40/1 mY 1pZWO 5 �a7 N OmNU1� W�jtotN O O It ', 162 d
7� ; W : O.mz a
a
6U V W W p
CV pm�
o02 IT 0 to u o 'Nf
z,u, J V O Wr
1- 5 4� 3 w LL 1
--;i2.-i-, �i w
Q m O
dig.fx 1 W
m z� Iy-1 Wm a~i 1 t Y
G y�q r QW
t y 7 7 rm 1 �.S31MVA �$j ytpt.^� I t _ LL
m rZ p W 2 Z 1 * Q
7 '.. 23 Z IW- to QW 'k U J
_ lili Sai a m O /� b 1i G �'' �, J
s.
til 7 mg ') PO C7
o
in U Fwti ] `\",� fr
1 4: Ci2z ,,,!1° tu.
1_.___ �_ _-sl U 7 w
_��.. M� } m Z G f a CO W W
\*:\
W a L m 0�
az .
oxW a o 0zNJ. m '
j
rczos. F
U rc<o Z ^ mU . is
*_ U .wN � mi91.0 I ' i °y�51'
II `art 1 a, 7NO 0 _ g 11
aPurR -11 aU Uv
D
U�U I
2� p W O_
Oi a m Q n
H u¢
"'
1130011333A A8 NMtlilO
i .
D 11 r
0 Et c i Ds fq p g H
• F r
m ac) d m `^ �� ;elf, - L
m n rn t P d ; f, a y 8.p�
Ei-c g' h
21 8 mE2%E a ag /m to e5 50 y N voa�c« , s ,fR DE _ sire I II
?1 N et Ti i ''' PlEe° sgt ib 1'•V f.ggP„r a ug N a€' d
y o N� O o �� to `IN f °� 'c 'E '‘w0 O Z.m d owig4 5' £
I iLII
!u1.h E 'wm P*��slkixVQ N a.
I flIIIIIi
C qC CN2a EE t a'68E 1 Smt o '�
§g EQZ s9 .E12. 1g a gen"1 i EE“ w . 14 4-
1-
cs
o 09 y c m So ca° gA a a c F fe, Eg g
se., 7gA f� „ UA ie� =y . �3g c gY Et817-
I
w
'3 m� c �Uv 4; U€ dU° gc : E�� w so W� `6re i
c t5 2,6
Qs gy 8me U Ev gculoQ C s r4 czllu !UhIiflhIfluJIlluIIll
tnce� Ew ao o0 o0 '�° U.�-$cc � K° 25 0w *w *ay 3 i@y2 rn— �e N �❑ rim oto1 ro v5m c'ivi aci1 i > 5
z — N M v vi td w of 0 '� 4 1- U
p"2 W
I
=i3 U� ta m a$ �� /
o x
�K� *7 f - -..'\zU .1 a�� 'I W
oc.� ws t82 o vgo z i'
Na zO w
U 2 s
TT } Whpy� aSa
�1w m mi-
;,0 el U M
��m G el mZ mt
aZr ¢ 3 OF y al
gzo 4V 1 ( 4w D>
iszossmsasamil
5E FF
SC as
' u,111 � 4= Q m r F 2 V
�� __tiltN 2 W O 52 uu��° J4p� � oa Uwaill
V cal
W ¢ O jt= C
N W Z HC
y m Ob U
. F w U ui 2a
Z
I
3 f g NF
z tut lit
m 2% F
Et
448
132 6 ° g ili m 0ro
Obi —'. ! o.
<
V gW r-v 2`SF ., a wo 1 a b'o # , ›-
W
H U p��TT(y, C i
i ti
E w °3 ~ ow
ANih
Ntaw t i
00 2 a N N ` U Y W! , 1#4.\: f/1 dspa N UUU' i -
ia '"p ~ y r >a> az aW.
no F rc w r COw W
z a <' u% i I z z. _!el Tr m ll
z g? q SO
'z<�p 7E5 . 4c1 i� �o
N U °ID°n i ZZ O umU Sri �C '"cg `. W
xx Z3 g�� a m 1%g :‹LT, G �
oo �o a ' is o00 G. 0 z of ,
U
Uu U W a WJ
ale Sae o Ne w c7m « k O O K V Kd It.c2 5
UU \I mz . 1 ON - „. N Mm CI
U U Z
Z WV Z m
0 mon::.. .,
'°� . zaW ; O
.i 1 , Y h
1 U a 0 Q
e K m=•ipriwirc v 511
P 8O
:t.. U w DN U2
. d two W
W O 0
Ww t
: ti z_ �a �. J
o . ,II Z _ _° ilz
_SmN� �� oQ< owob S1. tLOFl N= 1 co
Q(�a wWWN wd
�'+U� �Fp Owe g � 1 WWW s�
K 0 Er/ 1 jQft <m V fi N
1I O zw �g a . ) f�. aj wK 1lir m
V
�ruj T J! m r e - wa O K
N Nil ULu2 O N
N 01
iluri
F (ON LL
Q
m U
1130011 Nt13j JAB NMVHO
•
•
N I
2 "�_ O
m o as m mt Z r
EA mmom m g
3 Till 1 g' �� 8 Z ° v
I
N �3�m g� c r E $*� - 4 W W L < 'l o
$ca �£4+�'8 $ 4 '1=n c, �'� ;V Z q mk7 gI E
Ui
W et g Wggs `INaL 8 $� E� ° x •AP'1 44`x? `1 w o k
=5= m8 '14° E• ! tE a mg It § r piles is V 4 m m
, •
1G
IIIXS221g g- S 2 2Mm °agi ',1) N UN F16 mmm � E00I
m msom ppOmGg ^ UW . op0 a. W
_ g p a cm co — le N
Ogo' . ? = = m� W 8c ll. i E + U�c ° m; mbfS ,03! m s46$ �9 } ZI
03:,gmc .}} Ee. § a- $ Za5 co.._- -Pg a eh a o aV0zwx0m° 5o�°$ ow 'E 00EE � W
mE„ NI Is'PNL) Et
,2 rm c$p�0`5 . 2 b S w Eo im ' E} ul
�o m gt yeO1Ecm £ ,m e e �
850-5 8.°c&E° §Y 2 etg I agE z;. �~ f' w00
b m gEff.0 m m YS m LSmm t.P g
w
.-i-al
Ego .3m gm IL-, F•- 8 rn .£ 3� �QW mWI
F PI
r AIS COa
Z 0., Q 1 t� N m <W m 2.�W
w m U W ri.A........ LLO 11-
t--P
1-
»o i �� Wm oo 0
F ; �u
Z�`QG O E O ow �r o W ww0
(� IOU .}S °2 EEy ,/ U[W x mLLW
Z bay O U' 4 t mt0 F jA of! ' 1<-Ky (�
EL Nva I
�rc i ,�° V !�. (00 �'m 2
w
� ��� � O 1� /
r g o
2s2 0
I L., 11 .: .,;5 igglit (11
WmW �. o i
Z
ov�iw IP:: re IL
fel _�. € O 2
2
la
mLLm 5
III
z in _
z z
W
W qn
if 1 W Q $ � .n 2 m
a< �-I 11 °1 C7I
y� w f
U v 3 W a= f �a
win:sI min xvw sa a 3 S
n, m IA � 'N1W 9 .Il'• '..G ONNII m 00 , EN
zm UOmollW 0U xTF SU z 0 <
w
�( }},, g 8_ yah Z_y_,1: -�_:, .J( U
1
3i g N > Oy LL QaN _I�iV K O
' aU ;t",
O III_ 0.
m O L.U 2. 4i-!�.
ib iII iv $ z m 6 W
i t3 O G o O S 0,„ Pa }�!_
2 W w� m1
< (003W` y Sa = SC i Om ,_ O
...
O z O� z
m < Ir W ?w
Iz (((5[[�mVd<aV� V OWy m� LL 2 O TC < O ts 0h laNN U O ui
aam3vN0 `� Gmo w 2mU Vm7° ,Wm Z •ZIIJII
o p o OO 30010Y0.10 rLL p'<Wm1 ma�W„' d Q6� r.N
w m ton
wm" a mW
f `.... `.J V Q2 =QO 1 02z t oz
< m i I-N r ��� U t t y K UN
I a
1130011%1:13i A9 NWAI0 I
lM''% • 1 i 1 i a r I
nny r I
,Il ,11,1111 1\Illy\{{„{\-
.2 d .,,A., .,','':0Iy111,ii11511;1 ;; -
m 1�. 1 yl =o
1111,'14 l 1\,l 6 OP 13 45
g o Holy ii�ni�i ly ill..
1,111111{ W (� S
11i1',V1,14y 111
I.-
yy1{11111{111111111y1tl,ili�`�` O , U
0 111111,11111\i�,ltllll,Ili,{„y S' N m
yllillltl t111t1V11111 Yr. s � �
N 4y11\1111ttIlVl111111y1tt111,ii�j; Q t t
clll ni�Hy,lw1`tii'linuuiliii��%- F
g Off
t IP 11`1„11 Itl„111,,11;%F: < v 1 JII
d o
” ``V{Ilti,,,, -11,15'ltitll�„`if
1111 11 }Iyy1 ll\11\yl \n . V �.
,�I\\'i1`l 1�1\1111;15,1„{,1�\„ Z ' _
!,111 ,111111 , ... ©�
g 1 -
�75yillilll�'1,{�y111y1i1111111�1i\J/T LL{ii`,Illuy4IIit{pty{11111111lU yny`,Nlti\,Iy11l i ilUV1`11p o,1� Y,0 111111 11 11111 1 1111{. ~
N I4,11
ON
V. d Q vvvvvvUU vvv,vv.vvV W v
`aaaoawwuuuu,Yzu
`;2:\1.2ii=i*\
IlillllfllllliliillllifhIIllll
:." l\`;\,;,,:, ";;�;
'
I HIIn1111N1111111n1111uM
IIU111# 1111111111H11111l
'i.:::..:.. .:.18.. .. : ... -_ — w\\ \\\ 1Mv
;\"\,,,R\, \,Y, ,,.
Y,R,,,,,,,,,,,...\\\\\,
=;*` "Ms;;*,lililillllillIlilllllflH11111'
IIIIiflllllIIIIIIIIIIII$I IIIII ' \ :\::•••.:
:,A:,
y
I 1111111111111111111111111111111,',
1111111101111111111111111111111
111111011111111111111111111111
11111111ilflil11 hI$I$$lllllfl1111111101111111111111111111111Illllllllliflifllltfllllflll#1 w .`. ,
\\ \ „ \Yt.
,,• v:::::: v„vvvv
11111111111111111H11111111111111.:?.- -i vvav,vv,v,vva vvYavvv,v
f1111111Nf1111f11111111111UUIIl 0 \i\:`E `:\`\ti\\
111
f 1111111HN1111111W1IIUU11III;;
lfffflflf11I1111f111fi11111111
Iif11111111fifHlfllflfll z
a U \ :\4;;
;:.,Y
,\,\,,,\Y,�\R\\�,,. \
llfff1111111111M111111111111' ...,...„.„ , �.;".
uulu ul111f111f11111111 11111 W \\' 2:.\
I JIIH1111111I$IIHHIfillf1111f; R,Rvv„vvv.1v1A\1
,\ha\\\\,\\Ya\!\l\\\\YY\\\,\
1111f11111111fi1111f1I111f11111,.
f11111111I111111111111IIN11111 ,\
IIIIIIIIIII M11111IfNlllll 5:-
W-2
IIIIIf111IIf11111ll111111tf ll
gJ 1f111f11111111111111I11N111111
�,4 II1111111111IIIIIIIIIIIIl111111
......aa.Y....... c\-
5 m1HIUIInmimmhsIHafn
IIIIIIl1I1Q111111111111IIIN11%
22 f11111IIllllfllltlfi11111111111
I
,:iv,
w
J
22
Q�
o
wlil N P
N Q
K
K H 0
I da
za
i� oa
2N QH
0411, 1Q W
I •
Zw ti N ,•
7
o� w .< F
WN z. 0 _f.
FW Uc ,..?!, U
to
I w 2z
Elia6
ZO .
ill iliktT
N
rf
pr, ��.., TQ
.0•.Y
iq
.
2E
o 52�Fre
IFi
W
ISN3H38 1103 A8 NMY80
y8 Cl I
a I
I'll
h
'iiI
ill W 2 'dI
fi
iii
U ��`Jtq 4°z N �a y E T�j(�)1� X11*. ~ ! A.Q Wit I Ca
a
I-
v Va, 2.g i a
s E§14 I= PA W
5. Ea �Mmm m .m! f SIT
E.
g Ep l_" Sq R� �� boa .../
b
r. il 2: Ngo g i �� 5� g'
I
n ! v
Vu gdi
Y
i IPIIP''''..:77 .,,,,,, ,<
g 241
1 tar
\ \ amp
wow
� fig
I
, J
N' \ Of NO
' w aiaF
qg
......................
I
w o fru
I .� \ r
I`1. `` re
M-
lg
V s.-` III V
II, `�, UW'N d
I
I /
11 ,, 1%.Y
\ 5%g 1
MCI
At .. ....,. . .
1
dki
2mi
g �,
a I‘`11
5 V \\
l
V t`
1I i
OF O I A 1\.
2!- ii ,,,,,,„„,
ppir 1 ,,,,,, ..,
/9v ` t
I �j7JIW.0-TION.0-L I `
'�
AI1 \
O It
17: 11,
01P1!:::4.s..,,y,,,,, uel ,
g l %,.....:::::::::::::::::::-:.:-:.:7:-:"^ gym}�a S < "./'
k.
:- :,..-
en .rte cul°mI
j G q F
f iii, uJ Cif W a F Q
(y}tltlJJ /J am,/ y+W =UFLL y W
;'+ '� w? ZZg� Z ry S M
,•/,' !,''' 8.1gg 2 W
C s •xgv@2 J
°7 I
moTmi awAOZ
o
se 2$ 'oz0
opX
SN321381119 :Aa NNIWO
I
4
ill
z $
1 1 li i
1 I 61 1 a 056 411
1dI1 i g z N• a
-1-
.0
r zo a
9 °t: z—g IP 1
§ �i
ii.III id
Z of el v 'I�1
I• r
iN
I
di
WV
K
' 1
I
W
I
Wg
N
d i
Ia &z J
?
0 0
b
a �
1
�®®I I
r
via.-I f
1 4 N
VZ
Q
i
I
q
O1101A0 VSII AO NMAIO
Kle W rx g i
o cm
az O i
Es2 =Z
1 .
•
OO UU .� fl a
@ g
z
< � i " OZ Y F
-1 z
.1
1
3 �� � FF
o ' ..u, . l 0 s,;,. ea Z N M =
WMA i #
ZIZ ' \� ;
OO _
ix - • RF y2 r-11
xx LLFZV 11gw
ix mm ,
2ZeV
O I- QX UiU 4 y 0 % 5 11
.. 1. Mai....1 t fa 1%, VO G
gg y O1
z Rig0
• a <m
W s�"
£
.
re m• Oill F"
W W OP' g
• 2Z N1Z - U G
0 LU
io
Z dZ? ZZWW Www G
m W 20 mm N
" 0 0 0 0 ge„_ m
r •
I
igsti:::
.9*.al.„1:,:..,1,; ...
i
._a� � ._., � 1
W 1 W
Wg
.&- ' 1 I g' kli I
as = o OP.
N tO x
I
pp O4WWl
1,11, T______ ,,,,,))
zW % .
•
I
W o \
• Vs\
m N Zp m Z W A i
z '> gUK moi
hJL
•
�� 1- IOU WAp
==
t 2R Op
iti0ft °~6JP
2 Q t
m NCJ`'
N
I oV
O ` p /At MI o
y 'o75
n
h
mIA m E T 111 I „ � q 3i
F2x m 58
dc a
U H,
11
r
V .letik
e et a amf,,-6.8'414
i tP I-m m f m� m m m
m-mg w&comma
It a w11
N`, m N-oa,m O .002 iii SI ,DZin^ I Y^a'V(7� rz N
x mN i Cj g ° v c >' KOw I�IIvaCp, g= i
"ami ty g9gpp 2 u.m C C P� �`0o_ W 3 N z
1.
!N 0 m m $ Eo w.<d c?gw3op 0 wN
cm3 c= =1-3LL 28 p<2- _p$r� z '
c mo $ "3��ae 76.1'e �Wav zJ�O N
'.. .=c- L E B L° s a mm
II
'� �c� 5� o m2 g m�� a
mUf • • ; 3o r
O O N
SN3N39 TIM :A9 NMVNQ
FW I
E i t r. F
ma .92
YC° C7 \ B III
Oh
9g� Z $ W a
IIIii1
8 ,y�� s$w - H� Z yg8u8 $118 i ?, ii is i'lt { •I ac5 o ova r .6 .Et 8 . 4,, 0--# 12m g {
J I a s 3o .E iv t 0
i$ .*2 i
ijb x2I i till"! il , f .:- f 1.1 I
E. o+W 2y n r
a ES - E gc c E il
d $ E $§ o 1 � a• r„ g t 1 �' { 21 eig = aku 1,3ri =>ao °1�3 .c g'E W K n fi ° B m y �� zC�.-1 �w�e
iI ; i :j
$ ^7 � v I Q1 �iii �i � m�r om o =fu y3� �� ���y §o��u
L tt� T L -01 D W � gym, � ?Di_ � a p � $ im ��w
. E 1-021 O I
S$�i W s Q t
� vLcy � m ill
� W W 2'SW �aJ °�Cm �'G m'� (C °lu N LL S._.L�
I W m. t i� 1 E v a � vms cga °o 6 v1 ,
8 0
e m gg w ` f g: 5 3c3 ° ;. ._.T.: 10-gents:
! tit] i T^ crIE-
_ o
F� m cols G Si II mm m �gil z -r d
ig t p HlE. Fa r N W O ., N xi . tt .+
Z x m n '� a _ 1 W11:013
9 o�'l 1
m O O px ` o
I hfl
Ot 1WY p u ~ /` �� Sm $ Om ° x YS LL p= ygS ��`�% f1 ol A iWE x ' .r1
mDU= ui U 2Ja /JP.� g�, C C �,f �i
V= Fi[ILL
*C -i zoo ap ILU Uct W� fli Q /..Vll f�l
9 3 .1 2 1 e v ZZ RI iiw OO WWZ O © O O V ft, ttY�
„HV11,< m l.I,OYW LL W 7m y IwN
= v 0 F
w 3 �g
III 1 4,-,,
p w
.Flt ��uy Zip 9 tj 1 3Stlf100.aSYCI4Ud01
G
lid W ° d' LLp Q K 3N1 Ml7738MNWlN...w...:.#1.7..::
Z
I
gw LL 1
to p'n ° az pO
oz
—174:
wp� d Pdn�] ° �$ ro A.1. .9
o>y ba. a''0 14 gp
p, � �1:
N.
Gtirt4 3i.
WUw
m° , �w G ,,„
wIt> .4'.4* rC NC
F----
•
. a w °
. _ ¢
, pt;O - Y 7 G ^ ¢ N • a7I, wg� tY % R ! 8
<y
2.11 n yi, CDV _, ` Oj < zl. Z. gi No H V' ' °112
moo° QQ
Q ::::::
oo
Int ! 4-1 L -Nuri --. ,i 1 ,E.2.4
.81
0.
i i r : ,
OOx 2'4 2 I J G� \"� t.!
2-- - a" orwoQ w� Wi- a o- I ,,.
LL _J W m I
0,u5 •,§ E. pa SNS r'-- < =_6 '0.4'�s< A o -
'''''''..\\\ .41'‘
'' zu ¢ '"' z u"�u�' cSS. �:n�" g wF `�' 'xvw Zit t
i 5.0 t:
te
6 O ll
§w owt7� i? rd'Z;., 1- uzi-'H o_; 5 �0= y 3Q U003HSINfl 3f11
~ °7. 0 O,- 7- O ,iWUqx3o F;,°- h tqZ •
M0138Wf1WINIW.X
Iaaodtia VSn ,ne NMvaa IU fo- 2- • ,L-',?,
, ..
3mv F . s
pr-
-F z2, i Za0Focm W
r 'iia ;f r Z s40 r- y ° iu°usi V6 W -r- z 't,t"' Yy�N,, " !=NY y F e r
5.._N Li Z k 6 V * Or,.'0. 1` E•0�' = m R - 'd
2 i
9s g �S ICK
23r � . g : m Al. 15,t s O0 In
o o
I a N at=e �`� n � .t{,BYa i
9 �`'
N co °mom atio 'Q8 °P to Qp w o 1 w 1
iiI1t1II
ill 1111
o t ot°�- I-o c °E vi �' •
c,_ -i v S E 'gyg Jiiitn
49
cU ,8 I ii
,, Iil
a" ' ��1.32
IHE
1. 4 "I i o f ••g: c ri1 U E �m c 8 mc m E b .§ E� c £_< as `o rrha dma `'mEE;;� a� �N � � c3� bW
La �_�a Qy, w X2.] ZC N 1aatNN iOiiI
oa> N °m Tw °mowI FFm � �1 FSE6 C 9 c4) c°S 't� CJ $LLCM GN
� g8 w;$ o� ++
'Wriliiiii
N i£, `8gli m� b' Si ; . 2 a E 1
$�8i I t
a mcE E° _ F:2 cin 22 Ii s A ,,c II
;
o :l p e. Q
t�l t G.�js p aD '� Ong at N Q a1 a7 C G N ai�.r+
. 'yC N n- N N YII C E g p G G iW' 9 N .6 3 J v' m S
m 721- e- c 9 t O m
Z �'- ry' 0 YO 8 02w. ;8 E t N 8 N 2 6 a'C N p g N
m N -• i m° p u a�E y a fig� g1 O V 5
vi N m2 ^ a I-Eg rg'l '$NN D
.i 9.1.
'a .ii 4 S c$ i3c 2.s.5_, AU to
m o
..c Ili
a.
01
Z . c�xf N a; o° s o c a to 8,,•,-i c c o ._ 111
•
V 5 °E m g E $ �" 9 $E5
Z n c Litt E9 A $ t .._g 07,6Z g
c
F..J I
N gi 2' W 2Sa� o ami 9gc L. rafi r-g 81! � '>r.'•
n 41 r‘,-- a t 2c� me £ �l Y m“-s igci zEIC L � �N .._
i`~,s-w a m° (untoI-� flcid �u°i5 §'$ao `-,r, O
U It P f V V ui ID r; . of {wn °yu
G ¢ =0
7 2-
(
-
("dm) i4 V w �
I a t13JVdS AlN3A3 SONS c f.Y ,t w w >
O°
4i z zw aU
Lii
nano*nye JO au
2 „ a V�, o o y 1V10'F361NIYNw1a11.rZ
2
W i! 2= w t. a
zo x
N I li 3w t'.L_—
I
�� ('sit ---‘, — .....<--- _. I .. �_
"1 :*,,if,._ ,.. ,,T.;
(Art ir: 4,-
m -
. 1
0
., . 5
rz
1 LI
f icg ,_
•
o • y o° °
!i P g ' r'' N r 4 1 1,:cs..143
81 $ d
vt led t�}c� W Z G �a' ya +` /�Qp
!!!: a W j i W0
+ Q V45 Wm
• I ,.-4, 2 V
1
in
b .,,. „.: . , 0 0 iFfi )
i 1
- i :4 (. )
I n}w I 5?/ a 1 .0 WW y�3P
FO N1N-p .0 .0.!
U il�
�w d >> c V c 1 .?(," �o
wcxi+rcr+nai 3o fu( I o ° 8 at x .a
re
e .tilt
o
w
nc 3 g
Uc A 31:70%0 05$1151P.IL4 3141.
.55 U iII U U W i t
.__—___.d
O Q> 000
iOigdA3 VSI1 'AB NMVHO
J
•
r
7 a t12 f
t . ari
w-,AU Fw i - `. r 40.4. o Zm $ F ` F I
�, 2 mo o m� N. 7 !, a
xEog `� Q.�` rd d f"��Z w m I
841
< M/ b4 +. it
.7 F� o
11 > 6 p `fig% i
' r
fr'l •ill''I yp. { J!,
ci
►I�Ir' S �y d v '�
g y e a .g
ma cow
:-l0 U. ' _� wiy r
_ m
L
uN O
CZ c % Nvot mi, I
rc z
i !It
91
I„,Zr, N ,1aa Taxa :!s� cIlk*
1, f% ,,Ilk via tt, i9
f1+11Ck 7/ .._:, .21 I”
Iii EIJ �wI
rA
��.. O rQ i-_8 M2 `yowl lw =O -a
1 =h. k_-,4.2
r a b =cc
� � =s �J� 2 ?
O=SF t t m \ �_ N� > _g U O
1�� % z °Z t-" i"a 0 I
'w < 0 �g a,wu g oud
O0,' = z l-_ wW
�p=pN V a " h O
im N - 4111:110 I F w ' o rn
w 11
_1 d111
1.
a fi
Q< T J >
i S
g
Io 5 1 . Y
Ae W Owpl , g\--
..
...r
= d I
i; 2O_ `ttato O � G. 7
_., Q On mrd ,, 2 " 2 a. JIL
g O LT—'4' S w. g uMf, Fw- fi
iK _ v
L. oa yUZ yJ
<
MI
%
� '2- 0,4E 2,q,... WO iat7J. 3CyM\ l OFowrWiA.Ai,f * iS ;-'6;-'6,90=_I,g
-.,•,,,
9� �.�,y W ,
gl 0 r � r ' � f
..
a pa
i
'i_._- ;$x'11 � w ``,� �,
` r
olwa
w9 r ed
e s i�Q��yl La 4, has a`2'o
Wll1 N1� SQa'?Z m c,.;,-V2
_,2 f.12 2WOW J m =WW
W, Q a I OuxW Zifr W--�� p w
,,,Lv -• fli' NxWY P }a W%v
r C UO 2=9 aYa G. ~O� 111
s2 0W�
aZ .a> g
a 2
In
OLOAO VSn ,A8 NMM1a I
r S 4�
,5 .Q N Npm g`pl O i
g,',13-gsm L,Ea�mrJnv emm" 0
.y.,ioSS 52,380�� �gm§ �46P yg8 O
11 878 g%�; a� m_m� 9JLE ��' y% F 0 - a
m•=8*Un– 2i0my28=a 8=-cg O,Pyo _ JW
a� "�8mmoad'ZR$ r$1m � � Kd' • oe�n' _'_ �0 Zm
ppp_O) N UCmm Gm Y F+ +r aI� 3 . .r,
II yE N 11 6CU $a CjOC .q \NtiY �= O .. 1
_ 8 mtmli QQ� r
1-.E-8.Dom
o6?m`m£� crnGV odQ Q��� •
rZ a x o 6
vmca2�o ao����a�$ mc�� QQ0ypC D nu
miy ctm.a0i0iD �v"'�.�anio ac 0 0 < i
H -B1oO,Qc 141;11 11 w o t (1 0 z ;
-, O
pN pN pN
S"III w IE G LE C7 O
ZW m
kv-
N 2 � 2 U m
0 i4 8O Kp) `o'o '/ 0 G F°
m `
z w
�! i414
$r r ` ig gz (-1► *'o
r� a., dt
}, }
yDt 1Cc 8fO O
62'a ? HW
Z O 2Q w ILL H j
J:0,11„1.10,.�i t'• ii r ! Nb I , ' ; Pit
. I\ lWlu++r.:� O z qa
.1 -1... . , j § O C'322°.0 ,, P ,-; ',Y
=
Lb-
1�; /� pp p�. t+.. gy rr,V, p� m F-t7 i- -11
` } W .. i, 0 � W & 41 0 +at 0 0 O a Ow> vino?.
1 c
k.
.f) �� :` >yi r ' 0 +x' O V ^Jia wa °a� o?w l.7
I1tJiI!!:!11P11*
..'ro . "Oi.4 L; i, r .,, to.G �- r lb
K.
0 =1 1,1 0 o w X xLL
Z O O- W zT
62 '
vox •�■ r> 0 p f2 i . m
ilk
4T1-
oI €3 ,4!, t a a1 tz"''''.0 G - t e i„ �� iJ ! ILH1
uj sal b i d +a+ p r ,1 o
i.pp go ::, t z a ''2 oz 0U mz uotl� m4 , wi. m
1111 71 0 <g 2207 ^ O 00 O§ Hi i�O�3 O O < m
0 i'. c11 V o �w m mc�m w u x z m a t w
' 0 oz 6 �� 6 0 © © ® ®®®®®®0®©
it .,
w< ' Cts ,..N.,...,:: 0 '0. a
t" m iii IR Q� +'i iii1� � c);
rc
61 kirf�r��(00
+a! V ra 1 '. �� m U
^' W
{_e Its`� ` p 2 6 0 ~ 21
T ibis ‘'l
Q O
WI0 a ggE';.,-0 3LL
ZOYdallYtl –' LUYOblltll—` 1Y < o1a
i`1-
LI iilJ Wd m ww z
a m pnm »
mm mm mS) lr y c7 ,-;w� Opw?z 6 O i
ol104iAINM10V08 t�jtl0vgN01ro8---� ANNOVOb---4 of ¢ p v r>>o o !o
it W r 8 . a ayoo i oa o
0 ` O91 c m Ot%6 z.28*mU'6 O O mU .w
�+yi /►, Vg K y V Q m K z W w 5;
rr^^�� e 1 0 Ar S► 0 Z 2 2 O Q rz1j^N!
V. �,/�/ qi «, fr ,Q 0 O > 00 O 1;aZzoN
r j W U U U f
II
�' k "PkiilM,M t+ �+. ,�� ' 6 9 0 0(50® 000® 0®
II
' - F ,§ fo g
as
I ✓ 1A 0 y +� ?ii; �►} O 103G
� i4IIil
Li 1 ° ° 0 111 ig
V' ` x 00000 0000
iaaodno vsn :AS w�nvaa FJ
r
L
W 1
IQ g
I J gg
:1z a „, ��Y �� 9 n Q p e TtBS a'iy .9' m m F0 i t,.l >Oa : pfQy �e J W €
.266 r ani b 3' �� Q C Z
o o 8 4'6 �; �zgoom
� ` .7.
� d N LL
`, , c, 1- '' 4 W no yz��,i o Q
w w la '
oir
�j ¢ GI rc
.5 ill '6,8 Cito --...„--.
�1' � � � 0
„, tGr q`r��i+
f i �'/Rl' -...3.
C l'''
i 0 0 if V,a 4 ri 1 € 0
• Ii
., ry
1 �Irl€.4 0 ., 1 ® b(t4 I 3cl
O N•• 0JtVgig 9 4., /I� ` `4>� Y WS
111
t 0E,
e Er ta IN
Cr 0 //r 0 f0.1W V k: 1 @ j
aI.
41
W J
y k1,B,Y bg i o ; O I
w F
ce m0 G Z = J`
CO U-
z 4111111•4
! 2 WI IV G=T- ,:i eo 0 4
Ii -.. Isi E LU
T? e (n 1 r,,,, o
! JI
.: ce2 LJ`I
o
J
11 I Ni areJ
? I-
!
bQa. sio
Zo � _t I >
Ut k �— NM
f J
00 Qhi
, 01 02
f a r (7
Pik
LU
a ell4 W3
N6
J
o a
okti=
,I,._ Mut;:
3 ° tillhi, 4 0 l' I-
C 11 to 3
. , .41::'s 1
kc :
ilVAI
lirist
q -
mu
4 d
k1 r ,
El A
I
,\ 1 it
:s, #,-..,;', b� ,mss
S iailliaillaMIIIMN 441i,II: I i iii 11 i
II , Of 1
1 IL
8.
m!
irii J �� '�� � 3FF9m< < L... ., ,..,., ,
arc , CW on 1bC,-' qcr—, �2jn $m X58 �So
• �� _ I i
/pi ii Abbil .-" A Is
.: O O 0 00
I
....VSII AG NMV21O
24 1I
63 M :_a�at I
.1 _ g 4 F
f
gIItil
g al ! i @ ji 1
i ° 110 Z
i 5 i
L r aI
�, a ► ;o
a W
44J
1 0
g.
FUO { W Y
42 gw
Z m sii,a t 1 ,, K R'
s
to
ig
A 2
�y: ��'�� aVAy. 1F n J � •
/ fj � ,b�'�' ?�l""i, 4
0
5
ore
WIN
1
aS (203
=�> w
N
I
g
, .0.,-. W
, " s 09
•s"``F �t 1r'z fi* " few ave
Xr J s dr , { y P { w
IY.I
y '� S K a t { N �' t�' .3 4 W S
S . ( k (ash J
h q. ya ,i t. a 1F e r .- j a
sAY' x, W
!tel`` .A t
f
w I
4Igg
C9 ii
I
1 i
II
1
1JVF11NOJ 33S-S311�tlA HLDrr3i " 4 r h, ' " ., i a ,
gw <> y r ' wos
II I
yl 4,0�� Ft j"ray ? i{ Zc
loN
,(1 'Ac:: ttlifklifiA/A4C:;130,431
rig f fftir .;r,tr's .a tor> , '�' ; I
' � Nt N }. 5
Cid011/40 vsn •Ae N My a
.. l
1S
$ g 5 5 g t Ht
a I [ 1EI1HU1i
jj g * g 1% .yir n.. = Q 13AdMlpW _ Ti
W iUfl:
TO NOLL031O 7 a PVI o VLL
I , w § s
0 3 / mb b
I t1 b b `to b b
H' to a,
b b b b u
N to, r F ( M
I
bb bb b
TUFF
' I
J
/ 1 I
9 I ps
Itt Sr t' AO NOLL031410
•O tr..
8 t •1
IT
pW 1 El
Q1
LO —---‹*— i
W1 au m Q
O # � 4' M W 1pic1
a 6c12p
'�' kt v
I 111141
. ��,r+45• r7 33
LL
lilkikiLl
I
r[� t
'i 8 i-
t
LL r-R 'i
7.12t,a s-.e .ut«l
IJ�{y�
J-.L1 6 µ9'£ x," E ,„d ;•, st a ' � z is rc
f , � .� air`,
I77 Il iti
V fAq� $.. ac to
2 u-
2 Se
o 4 ^t
if-
IO21QJA3 VSII AS NMWO
1
I
1 (April 2, 2018)
2 Standard Plans ,
3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
4 transmitted under Publications Transmittal No. PT 16-048, effective August 7, 2017 is made a
5 part of this contract.
6
7 The Standard Plans are revised as follows: 1 8
9 A-30.15
10 DELETED
11
12
A-40.10
13 Section View, PCCP to HMA Longitudinal Joint, callout, was-"Sawed Groove -Width
14 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN) MIN. -see Std. Spec. 5-04.3(12)B" is
15 revised to read; "Sawed Groove Width 3/16" (IN) MIN. to 5/16" (IN) MAX. - Depth 1" (IN)
16 MIN. -see Std. Spec. Section 5-04.3(12)A2"
17
18 A-50.10
19 Sheet 2 of 2, Plan,with Single Slope Barrier, reference C-14a is revised to C-70.10
20
21 A-50.20
22 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10
23
24 A-50.30
25 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.10
26
27 A-60.30
28 Note 4, was-"If the ACP and membrane is to be removed from the bridge deck, see GSP
29 023106 for deck preparation before placing new membrane." Is revised to read; "If the ACP
30 and membrane is to be removed from the bridge deck, see GSP 6-02.3(10)D.OPT6.GB6
31 for deck preparation before placing new membrane."
32
33 B-10.20
34 Substitute "step" in lieu of"handhold" on plan
35
36 B-25.20
37 Note 4,was-"Bolt-Down capability is required on all frames, grates and covers, unless
38 specified in the Contract. Provide two holes in the Frame that are vertically aligned with the
39 grate slots. The frame shall accept the 5/8" x 11 NC x 2" alien head cap screw by being
40 tapped, or other approved mechanism. The location of bolt-down holes varies among
41 manufacturers. See BOLT-DOWN DETAIL, Standard Plan B-30.10. Is revised to read;
42 "Bolt-Down capability is required on all frames, grates and covers, unless specified
43 otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the
44 grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8" (in) - 11 NC
45 x 2" (in)Allen head cap screw by being tapped, or other approved mechanism. The location
46 of bolt-down holes varies by manufacturer."
47 See BOLT-DOWN DETAIL, Standard Plan B-30.10.
48
49 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements
50
1
I
1
I
1 B-30.70
I 2
3 Note 2, was—"Bolt-Down capability is required on all frames, grates and covers, unless
specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned
4 with the grate or cover slots. The frame shall accept the 5/8" -1 NC x 2"Allen head cap
5 screw by being tapped, or other approved mechanism. Location of bolt down holes varies
6 by manufacturer." Is revised to read; "Bolt-Down capability is required on all frames, grates
7 and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that
8 are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless
I
9 Steel (S.S.) 5/8" (in) - 11 NC x 2" (in)Allen head cap screw by being tapped, or other
10 approved mechanism. Location of bolt-down holes varies by manufacturer."
11
I 12 RING PLAN, callout, was—"DRILL AND TAP 5/8"— 11 NC HOLE FOR 1 1/2"X 5/8"
13 STAINLESS STEEL SOCKET HEAD CAP SCREW(TYP.)" is revised to read; "SEE NOTE
14 2"
I 15
16 B-90.40
17 Valve Detail - DELETED
18
I
19
20 B-95.40
Dimension, Section A, dimension between grate and curb, was—3", is revised to read: 1"
21
I 22 C-4b
23 DELETED
24
25 C-4e
I 26 DELETED
27
28 C-16b
I 29 DELETED
30
31 C-22.14
I 32 DELETED
33
34 C-22.16
35 Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read:
I 36 "Elevation G = (Elevation S—D x(0.1) + 31/12"
37
38 C-22.40
1 39 Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3) SYSTEM
40 LENGTH = 50' —0" , dimension is revised to read: 46' — 101/2"
41
42 C-22.41
' 43
44 DELETED
45 C-22.45
I
46
47 Elevation View, MSKT-SP-MGS (TL-2), Dimension, "MSKT-SP-MGS (TL-2) SYSTEM
LENGTH = 25'—0"; the 25' -0" dimension is shown to begin at the centerline of POST 1
48 and terminate at the Mid-Span Splice located between (unlabeled) POST 6 and(unlabeled)
I 49 POST 7. The dimension is revised to begin at the centerline of POST 1 and terminate at
50 the centerline of(unlabeled) POST 5.
51
1
I
1 C-25.18
2 DELETED
3
4 D-10.10
5 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
6 barriers attached on top of the wall are considered non-standard and shall be designed in
7 accordance with the current WSDOT Bridge Design Manual (BDM)and the revisions stated
8 in the 11/3/15 Bridge Design memorandum.
9
10 D-10.15
11 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
12 barriers attached on top of the wall are considered non-standard and shall be designed in 11113 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
14 Design memorandum.
15
16 D-10.20
17 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be
18 revised to read: The seismic design of these walls has been completed using a site
19 adjusted (effective) peak ground acceleration of 0.32g.
20
21 D-10.25
22 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be
23 revised to read: The seismic design of these walls has been completed using a site
24 adjusted (effective) peak ground acceleration of 0.32g.
25
26 D-10.30 ,
27 Wall Type 5 may be used in all cases.
28
29 D-10.35
30 Wall Type 6 may be used in all cases.
31
32 D-10.40
33 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
34 barriers attached on top of the wall are considered non-standard and shall be designed in
35 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
36 Design memorandum.
37
38 D-10.45
39 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
40 barriers attached on top of the wall are considered non-standard and shall be designed in
41 accordance with the current WSDOT BDM and the revisions stated in the revisions stated
42 in the 11/3/15 Bridge Design memorandum.
43
44 D-15.10
45 STD Plans D-15 series"Traffic Barrier Details for Reinforced Concrete Retaining Walls"are
46 withdrawn. Special designs in accordance with the current WSDOT BDM are required in
47 place of these STD Plans. 111
48
49 D-15.20 '
t
I
I
1 STD Plans D-15 series"Traffic Barrier Details for Reinforced Concrete Retaining Walls"are
I 2 withdrawn. Special designs in accordance with the current WSDOT BDM are required in
3 place of these STD Plans.
4
' 5 D-15.30
6 STD Plans D-15 series"Traffic Barrier Details for Reinforced Concrete Retaining Walls" are
7 withdrawn. Special designs in accordance with the current WSDOT BDM are required in
8 place of these STD Plans.
I9
10 F-10.12
11 Section Title,was-"Depressed Curb Section" is revised to read: "Depressed Curb and
I 12 Gutter Section"
13
14 F-10.40
I
15 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted
16
17 F-10.42
18 DELETE-"Extruded Curb at Cut Slope"View
I 19
20 G-22.10
21 Sheet 2, Elevation , Three-Post Installation, Dimension, upper right,was-".035" is revised
I
22
23 to read: " 0.35X"
24 G-24.60
25 Sheet 1, View A, Dimension @ Bottom of sign, is= 3" is revised to read: 6".
111 26
27 G-60.10
28 Sheet 3, TYPICAL TRUSS DETAILS, BASE -TOP, callout, was-"15/16"(lN) DIAM.
I 29 HOLES FOR FOUR, 7/8" (IN) DIAM. BOLTS (ASTM A 325)" is revised to read: "15/16"(IN)
30 DIAM. HOLES FOR FOUR, 7/8" (IN) DIAM. BOLTS (ASTM F3125, GRADE A325)"
31
I 32
33 G-90.10
34 TOP VIEW, callout, was-"Vertical Brace -W4 x 13 steel (TYP.)(See Note 4)" is revised to
35 read; "Vertical Brace -W4 x 13 steel (TYP.)(See Note 3)"
36
37 G-95.10
38 Sheet 2, Detail "B", Plan View, callout, was-"5/8" DIAM. ASTM A 325 H.S. BOLT
I 39 W/HEAVY HEX NUT AND WASHER, GALV. (TYP.)TIGHTEN PER STD. SPEC. 6-
40 03.3(33)" is revised to read: "5/8" DIAM. ASTM F 3125, GRADE A325 H.S. BOLT
41 W/HEAVY HEX NUT AND WASHER, GALV. (TYP.)TIGHTEN PER STD. SPEC. 6-
42 03.3(33)"
' 43
44 H-70.20
45 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
I 46 revised to H-70.10
47
48 1-30.30
I 49 8" Diameter Wattle Spacing Table, lower left corner, was-"Slope:1 H : 1V, Maximum
50 Spacinq:l0'-0" is revised to read: "Slope:1 H : 1V, Maximum Spacinq:8'-0".
51
1 J-3
2 DELETED
3
4 J-3b
5 DELETED
6
7 J-3C
8 DELETED
9
10 J-10.21
11 Note 18, was-"When service cabinet is installed within right of way fence, see Standard
12 Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right of
13 way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan
14 J-10.22 for details."
15
16 J-10.22
17 Key Note 1,was-"Meter base per serving utility requirements-as a minimum, the meter
18 base shall be safety socket box with factory-installed test bypass facility that meets the
19 requirements of EUSERC drawing 305." Is revised to read; "Meter base per serving utility
20 requirements-as a minimum, the meter base shall be safety socket box with factory-
21 installed test bypass facility that meets the requirements of EUSERC drawing 305.When
22 the utility requires meter base to be mounted on the side or back of the service cabinet,the
23 meter base enclosure shall be fabricated from type 304 stainless steel."
24 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp- 120/277 volt"T" rated).
25 Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp- 120/277 volt
26 "T" rated)."
27 Key Note 14, was-"Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to
28 read; "Hinged dead front with 1/4 turn fasteners or slide latch. - Dead front panel bolts shall
29 not extend into the vertical limits of the breaker array(s)."
30 Key Note 15,was-"Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See
31 Cabinet Main bonding Jumper detail, Standard Plan J-3b." is revised to read; "Cabinet Main
32 Bonding Jumper Assembly- Buss shall be 4 lug tinned copper-See Standard Plan J-
33
10.20 for Cabinet Main Bonding Jumper Assembly details."
34
35 J-20.10
36 Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton
111
37 post."
38
39 J-20.11
40 Sheet 2, Foundation Detail, Elevation, callout-"Type 1 Signal Pole" is revised to read:
41 "Type PS or Type 1 Signal Pole"
42 Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)"
43 Add Note 6, "6. One accessible pedestrian signal assembly per pedestrian pushbutton
44 post."
45
46 J-20.26
47 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton
48 post."
49
50 J-20.16
51 View A, callout, was-LOCK NIPPLE, is revised to read; CHASE NIPPLE
I
1
I
1
2 J-21.10
3 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout-"ANCHOR BOLTS
4 '/" (IN)x 30" (IN) FULL THREAD -THREE REQ'D. PER ASSEMBLY" IS REVISED TO
5 READ: "ANCHOR BOLTS -'/A" (IN) x 30" (IN) FULL THREAD -- FOUR REQ'D. PER
6 ASSEMBLY"
7 Sheet 1 of 2, Elevation view(Round), add dimension depicting the distance from the top of
8 the foundation to find 2#4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)"from the
9 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4
10 reinf. Bar.
11 Sheet 1 of 2, Elevation view(Square), add dimension depicting the distance from the top of
I
12
13 the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete"(TYP.)"from the
2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4
14 reinf. Bar.
15 Sheet 2 of 2, Elevation view(Round), add dimension depicting the distance from the top of
l 16 the foundation to find 2#4 reinforcing bar shown, to read; 3" CLR. Delete"(TYP.)"from the
17 2 1/3" CLR. dimension, depicting the distance from the bottom of the foundation to find 2#4
18 reinf. Bar.
l 19 Sheet 2 of 2, Elevation view(Square), add dimension depicting the distance from the top of
20 the foundation to find 1 #4 reinforcing bar shown, to read; 3"CLR. Delete "(TYP.)"from the
21 2 1/2' CLR. dimension, depicting the distance from the bottom of the foundation to find 1 #4
22 reinf. Bar.
23 Detail F, callout, "Heavy Hex Clamping Bolt(TYP.) - 3/4" (IN) Diam. Torque Clamping Bolts
24 (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt(TYP.) - 3/4" (IN) Diam. Torque
25 Clamping Bolts (see Note 1)"
26 Detail F, callout, "3/4" (IN) x 2'- 6"Anchor Bolt(TYP.)- Four Required (See Note 4)" is
27 revised to read; "3/4" (IN) x 2' - 6"Anchor Bolt (TYP.) -Three Required (See Note 2)"
28
29 J-21.15
30 Partial View, callout, was-LOCK NIPPLE- 1 1/2" DIAM., is revised to read; CHASE
31 NIPPLE - 1 '/z" (IN) DIAM.
32
33 J-21.16
34 Detail A, callout, was-LOCKNIPPLE, is revised to read; CHASE NIPPLE
35
I
36 J-22.15
37 Ramp Meter Signal Standard, elevation, dimension 4' -6" is revised to read; 6'-0"
38 (2x) Detail A, callout, was-LOCK NIPPLE - 1 1/z" DIAM. is revised to read; CHASE
39 NIPPLE -r 1 1/2" (IN) DIAM.
40
41 J-26.20
142 Sheet 1, NOTES, Note 5, was-"Connecting/clamping bolts AASHTO M 164 (ASTM A325)"
43 is revised to read: "Connecting/clamping bolts ASTM F3125 GRADE A325"
44
45 Was-"NUTS AASHTO M 291 (ASTM A263) GRADE DH" is revised to read: "NUTS
46 ASTM A563 GRADE DH"
47
48 J-28.43
49 KEY notes, note 1, was-"CLAMPING BOLTS, 7/8" (IN) DIAM. HEX HEAD BOLT AND
50 NUT, TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS
51 TORQUE (THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM A325)"
1
1
1
1 is revised to read: "CLAMPING BOLTS, 7/8" (IN) DIAM. HEX HEAD BOLT AND NUT, TWO
2 PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS TORQUE (THREE
3 CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM F3125 GRADE A325)"
4
5 J-40.10
6 Sheet 2 of 2, Detail F, callout, "12- 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S.
7 FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2"
8 (IN) S. S. FLAT WASHER"
91 10 J-60.14
11 All references to J-16b(6x)are revised to read; J-60.11
12
13 K-80.30
14 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan
15 K-80.35 11116
17 M-11.10
18 Layout, dimension (from stop bar to "X"),was-23' is revised to read; 24'
19
20 The following are the Standard Plan numbers applicable at the time this project was
21 advertised. The date shown with each plan number is the publication approval date shown
22 in the lower right-hand corner of that plan. Standard Plans showing different dates shall not
23 be used in this contract.
24
A-10.10-00 8/7/07 A-40.00-00 8/11/09 A-50.30-00 11/17/08
A-10.20-00 10/5/07 A-40.10-03 12/23/14 A-50.40-00.......11/17/08
A-10.30-00 10/5/07 A-40.15-00 8/11/09 A-60.10-03 12/23/14
A-20.10-00 8/31/07 A-40.20-04 1/18/17 A-60.20-03 12/23/14
A-30.10-00 11/8/07 A-40.50-02 12/23/14 A-60.30-00 11/8/07
A-30.30-01 6/16/11 A-50.10-00.......11/17/08 A-60.40-00 8/31/07
A-30.35-00 10/12/07 A-50.20-01.........9/22/09
25
B-5.20-02 1/26/17 B-30.50-02 1/26/17 B-75.20-01 6/10/08
B-5.40-02 1/26/17 B-30.70-03 4/26/12 8-75.50-01 6/10/08
B-5.60-02 1/26/17 B-30.80-00 6/8/06 B-75.60-00 6/8/06
B-10.20-01 2/7/12 B-30.90-02 1/26/17 B-80.20-00 6/8/06
111
B-10.40-01 1/26/17 B-35.20-00 6/8/06 B-80.40-00 6/1/06
B-10.60-00 6/8/06 B-35.40-00 6/8/06 B-82.20-00 6/1/06
B-10.70-00 1/26/17 B-40.20-00 6/1/06 B-85.10-01 6/10/08
B-15.20-01 2/7/12 B-40.40-02 1/26/17 B-85.20-00 6/1/06
B-15.40-01 2/7/12 B-45.20-01 7/11/17 B-85.30-00 6/1/06
B-15.60-02 1/26/17 B-45.40-01 7/21/17 B-85.40-00 6/8/06
B-20.20-02 3/16/12 B-50.20-00 6/1/06 B-85.50-01 6/10/08
B-20.40-03 3/16/12 B-55.20-01 1/26/17 B-90.10-00 6/8/06
B-20.60-03 3/15/12 B-60.20-00 6/8/06 B-90.20-00 6/8/06
B-25.20-01 3/15/12 B-60A0-00 6/1/06 B-90.30-00 6/8/06
B-25.60-01 1/26/17 B-65.20-01 4/26/12 B-90.40-01 1/26/17
B-30.10-02 1/26/17 B-65.40-00 6/1/06 B-90.50-00 6/8/06
B-30.20-03 1/26/17 B-70.20-00 6/1/06 B-95.20-01 2/3/09
B-30.30-02 1/26/17 B-70.60-01 1/26/17 B-95.40-00 6/8/06
B-30.40-02 1/26/17
1
I
1
C-1 7/12/16 C-6 7/15/16 C-23.60-04 7/21/17
C-la
7/14/15 C-6a 10/14/09 C.24.10-01 6/11/14
C-lb 7/14/15 C-6c 7/15/16 C-25.20-06 7/14/15
C-1c 7/12/16 C-6d 7/15/16 C-25.22-05 7/14/15
IC-id 10/31/03 C-6f 7/15/16 C-25.26-03 7/14/15
C-2 1/6/00 C-7 6/16/11 C-25.80-04 7/15/16
C-2a 6/21/06 C-7a 6/16/11 C-40.14-02 7/2/12
I C-2b 6/21/06 C-8 2/10/09 C-40.16-02 7/2/12
C-2c 6/21/06 C-8a 7/25/97 C-40.18-03 7/21/17
C-2d 6/21/06 C-8b 2/29/16 C-70.10-01 6/17/14
C-2e 6/21/06 C-8e 2/21/07 C-75.10-01 6/11/14
I C-2f 3/14/97 C-8f 6/30/04 C-75.20-01 6/11/14
C-2g 7/27/01 C-10 7/15/16 C-75.30-01 6/11/14
C-2h 3/28/97 C-16a 7/21/17 C-80.10-01 6/11/14
IC-21 3/28/97 C-20.10-04 7/21/17 C-80.20-01 6/11/14
C-2j 6/12/98 C-20.11-00 7/21/17 C-80.30-01 6/11/14
C-2k 7/12/16 C-20.14-03 6/11/14 C-80A0-01 6/11/14
I
C-2n
C-2o 7/12/16 C-20.15-02 6/11/14 C-80.50-00 4/8/12
7/13/01 C-20.18-02 6/11/14 C-85.10-00 4/8/12
C-2p 10/31/03 C-20.19-02 6/11/14 C-85.11-00 4/8/12
C-3 7/2/12 C-20.40-06 7/21/17 C-85.14-01 6/11/14
I
C-3a 10/4/05 C-20.41-01 7/14/15 C-85.15-01 6/30/14
C-3b 6/27/11 C-20.42-05 7/14/15 C-85.16-01 6/17/14
C-3c 6/27/11 C-20.45.01 7/2/12 C-85-18-01 6/11/14
I C-85.20-01 6/11/14
C-22.16-06 7/21/17 C-90.10-00 7/3/08
C-4f 7/2/12 C-22.40-06 7/21/17
C-22.45-03 7/21/17
2
0-2.04-00 11/10/05 0-2.48-00 11/10/05 0-3.17-02 5/9/16
D-2.06-01 1/6/09 D-2.64-01 1/6/09 D-4 12/11/98
I D-2.08-00 11/10/05 D-2.66-00 11/10/05 D-6 6/19/98
D-2.14-00 11/10/05 D-2.68-00 11/10/05 D-10.10-01 12/2/08
D-2.16-00 11/10/05 D-2.80-00 11/10/05 D-10.15-01 12/2/08
I D-2.18-00 11/10/05 D-2.82-00 11/10/05 D-10.20-00 7/8/08
D-2.20-00 11/10/05 D-2.84-00 11/10/05 D-10.25-00 7/8/08
D-2.32-00 11/10/05 D-2.86-00 11/10/05 D-10.30-00 7/8/08
D-2.34-01 1/6/09 D-2.88-00 11/10/05 D-10.35-00 7/8/08
I D-2.36-03 6/11/14 D-2.92-00 11/10/05 0-10.40-01 12/2/08
D-2.42-00 11/10/05 D-3.09-00 5/17/12 D-10.45-01 12/2/08
0-2.44-00 11/10/05 D-3.10-01 5/29/13 D-15.10-01 12/2/08
I D-2.60-00 11/10/05 D-3.11-03 6/11/14 D-15.20-03 5/9/16
D-2.62-00 11/10/05 0-3.15-02 6/10/13 D-15.30-01 12/02/08
D-2.46-01 6/11/14 D-3.16-02 5/29/13
I
3
E-1
2/21/07 E-4 8/27/03
E-2 5/29/98 E-4a 8/27/03
4
I F-10.12-03 6/11/14 F-10.62-02 4/22/14 F-40.15-03 6/29/16
F-10.16-00 12/20/06 F-10.64-03 4/22/14 F-40.16-03 6/29/16
I
,
F-10.18-01 7/11/17 F-30.10-03 6/11/14 F-45.10-02 7/15/16
F-10.40-03 6/29/16 F-40.12-03 6/29/16 F-80.10-04 7/15/16
F-10.42-00 1/23/07 F-40.14-03 6/29/16
1
G-10.10-00 9/20/07 G-25.10-04 6/10/13 G-90.10-03 7/11/17
G-20.10-02 6/23/15 G-30.10-04 6/23/15 G-90.11-00 4/28/16
G-22.10-03 7/10/15 G-50.10-02 6/23/15 G-90.20-05 7/11/17
G-24.10-00 11/8/07 G-60.10-03 6/18/15 G-90.30-04 7/11/17
G-24.20-01 2/7/12 G-60.20-02 6/18/15 G-90.40-02 4/28/16
G-24.30-01 2/7/12 G-60.30-02 6/18/15 G-95.10-01 6/2/11
G-24.40-06 2/29/16 G-70.10-03 6/18/15 G-95.20-02 6/2/11
G-24.50-04 7/11/17 G-70.20-04 7/21/17 G-95.30-02 6/2/11
G-24.60-04 6/23/15 G-70.30-04 7/21/17
2
H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-01 2/7/12
H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-01 2/16/12
H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-02 2/7/12
3
1-10.10-01 8/11/09 1-30.20-00 9/20/07 1-40.20-00 9/20/07
1-30.10-02 3/22/13 1-30.30-01 6/10/13 1-50.20-01 6/10/13
1-30.15-02 3/22/13 1-30.40-01 6/10/13 1-60.10-01 6/10/13
1-30.16-00 3/22/13 1-30.60-00 5/29/13 1-60.20-01 6/10/13
1-30.17-00 3/22/13 1-40.10-00 9/20/07 1-80.10-02 7/15/16
4
J-10 7/18/97 J-26.20-00 6/11/14 J-40.38-01 5/20/13
J-10.10-03 6/3/15 J-27.10-01 7/21/16 J-40.39-00 5/20/13
J-10.15-01 6/11/14 J-27.15-00 3/15/12 J-40.40-01 4/28/16
J-10.16-00 6/3/15 J-28.10-01 5/11/11 J-45.36-00 7/21/17
J-10.17-00 6/3/15 J-28.22-00 8/07/07 J-50.05-00 7/21/17
J-10.18-00 6/3/15 J-28.24-01 6/3/15 J-50.10-00 6/3/11
J-10.20-01 6/1/16 J-28.26-01 12/02/08 J-50.11-01 7/21/17
J-10.21-00 6/3/15 J-28.30-03 6/11/14 J-50.12-01 7/21/17
J-10.22-00 5/29/13 J-28.40-02 6/11/14 J-50.15-01 7/21/17
J-10.25-00 7/11/17 J-28.42-01 6/11/14 J-50.16-01 3/22/13
J-15.10-01 6/11/14 J-28.43-00 6/11/14 J-50.20-00 6/3/11
J-15.15-02 7/10/15 J-28.45-03 7/21/16 J-50.25-00 6/3/11
J-20.10-03 6/30/14 J-28.50-03 7/21/16 J-50.30-00 6/3/11
J-20.11-02 6/30/14 J-28.60-02 7/21/16 J-60.05-01 7/21/16
J-20.15-03 6/30/14 J-28.70-03 7/21/17 J-60.11-00 5/20/13
J-20.16-02 6/30/14 J-29.10-01 7/21/16 J-60.12-00 5/20/13
J-20.20-02 5/20/13 J-29.15-01 7/21/16 J-60.13-00 6/16/10
J-20.26-01 7/12/12 J-29.16-02 7/21/16 J-60.14-00 6/16/10
J-21.10-04 6/30/14 J-30.10-00 .6/18/15 J-75.10-02 7/10/15
J-21.15-01 6/10/13 J-40.05-00 7/21/16 J-75.20-01 7/10/15
J-21.16-01 6/10/13 J-40.10-04 4/28/16 J-75.30-02 7/10/15
J-21.17-01 6/10/13 J-40.20-03 4/28/16 J-75.40-02 6/1/16
J-21.20-01 6/10/13 J-40.30-04 4/28/16 J-75.41-01 6/29/16
J-22.15-02 7/10/15 J-40.35-01 5/29/13 J-75.45-02 6/1/16
J-22.16-03 7/10/15 J-40.36-02 7/21/17 J-90.10-02 4/28/16
J-26.10-03 7/21/16 J-40.37-02 7/21/17 J-90.20-02 4/28/16
J-26.15-01 5/17/12 J-90.21-01 4/28/16
1
1
' K-70.20-01 6/1/16
K-80.10-01 6/1/16
K-80.20-00 12/20/06
K-80.30-00 2/21/07
K-80.35-00 2/21/07
K-80.37-00 2/21/07
2
' L-10.10-02 6/21/12 L-40.10-02 6/21/12 L-70.10-01 5/21/08
L-20.10-03 7/14/15 L-40.15-01 6/16/11 L-70.20-01 5/21/08
L-30.10-02 6/11/14 L-40.20-02 6/21/12
' 3
M-1.20-03 6/24/14 M-12.10-00 7/11/17 M-40.10-03 6/24/14
M-1.40-02 6/3/11 M-15.10-01 2/6/07 M-40.20-00...10/12/07
M-1.60-02 6/3/11 M-17.10-02 7/3/08 M-40.30-01 7/11/17
M-1.80-03 6/3/11 M-20.10-02 6/3/11 M-40.40-00 9/20/07
M-2.20-03 7/10/15 M-20.20-02 4/20/15 M-40.50-00 9/20/07
M-2.21-00 7/10/15 M-20.30-04 2/29/16 M-40.60-00 9/20/07
M-3.10-03 6/3/11 M-20.40-03 6/24/14 M-60.10-01 6/3/11
M-3.20-02 6/3/11 M-20.50-02 6/3/11 M-60.20-02 6/27/11
M-3.30-03 6/3/11 M-24.20-02 4/20/15 M-65.10-02 5/11/11
M-3.40-03 6/3/11 M-24.40-02 4/20/15 M-80.10-01 6/3/11
M-3.50-02 6/3/11 M-24.50-00 6/16/11 M-80.20-00 6/10/08
M-5.10-02 6/3/11 M-24.60-04 6/24/14 M-80.30-00 6/10/08
M-7.50-01 1/30/07 M-24.65-00 7/11/17
M-9.50-02 6/24/14 M-24.66-00 7/11/17
M-9.60-00 2/10/09
M-11.10-02 7/11/17
1 4
I
I
1
I
I
I
I
I
APPENDIX B: City of Federal Way Standard Details
I
I
I
I
I
I
I
I
I
I
I
I
I
I
0.
I
----- ----- o
w m z
1 1 T o z tcc C7
�� I 1 I z
I
/� \\ I I I a may z0Q O
\ r ad I Hi
I I co.I<m ��~ W 3 F/ 4 ..-.. W Ox2 ww_O K U U<aoww
\ Ii]
()M -13 Z O
//(. .
\ O
ceo S
1 0
a �� CO
W CO z IC
`v
O .-
m z
.- V
' w t9 0• Z•taV)A ..
I z' WOWJ JaaM OM
0.1
le
I/ • .
W d
I
L. 1 C
I 1 AVM3N210 I _l cc W <w j
1 210 L� a z. w<U
IdWVM Elam �o c--ilao
a W Za
I
wmce
m
ur x
vi Z N m W Z z ma UU
W x O w Q
z0 ZV) O 0 ~ m~ Zz f.�I 1...1
W y0
a mw JO a a O W S
' OLa 0 la 0
N oU$_ J cx x1W oa 0 0 M 33 CO
W Z W 01-< VIM W 0 W Q O O Y
tL&? CC} VI 0 U fY M� Z
-I W -I p 0 W m W W O W W ~ m ,-_-1,3
O 3 Z_W
m>- f�4w Wf-O Ocr M� r W O
xr
I
f I OVI wW OW fCC
O
�OC9 a.UN O U Q C72 �W a '�Zn
aOK aNOm Waa .>V) aw cr IC J V/ • • 0zr UVI
Y
\Qa Wim,a m1- x a \03 0 3 amz JmCr
in -' "'IwaJDaU "'x Z o aKW OO
war wa a0o W wr O ut wUtn a3
aW oa0 'it"-
.
pa U
o Oz xo z
wo as
vi m - W J o
O W Z fY ...„.<7O J /
C> C7 yI a r O z .
Z W Z x VI O Y OZ I a a
-J W - J J U O - S
NIJOi V) 0-Zas 3mW 0o VI7 n
N VI VI- N w j x t.. O
z O Z �4 pUF-
to ZO 4; U
Ow? Ow20 Vlw zr
on a2
UUf- UU O a UU w ti
�5Q H5� J a
z J Ol- Z a p.. a a_
OJ- OJ^ -.ZO -Z OJ3 O ��O O + O
-J~ -J a VI VI- -JW V ��• z� O
VI o VI ,1- O Y p VI O U p a
Z Z Z-� w0 ZZ zcm - in
I a 0 a Q o O w N *2 Q=o O o, = f Y r>
CL z 0- V)= (71 ZxY ~O X F Z Z CL V/ J > as V
WgX_ja WgJa d~a Off- La d� Z it WZ
W W4 ala,,,3(41 >c53,a owa awQ ,XIa 2 gg
8 a�-vI �-o�a 1-oa oa I--) Na
z -mO w -I- x o W •
a Nmvl ?o Mmfnul 4mw oma 1 0 r-
I
WWN I$LL .
icti Y� ¢ 3 CO
U Nv a
I
• ;yy p W
VI 2
pZ I VIO
'moi W8 aU
Z U VI . te
p N
0 � N$ \
H
Ia
x
cc
nII I W �� ..4, ,. -,,-
� 4
.91
Cr q I
..
,,t . ,
u.
CC
I
•
1,-,1 ��; g
co i
14.1
Ci.
so .l %_ ` • .9 u5g Li
J u.o .9 • .0 n 0 Z
O a M N s. •' i• J ~
H
"o �� c Z ! $iI
o .nc �• o M Zcl. V+
N
_zit- 1s $
AVM 0313AVM1 40 3003 Z � � � Z � t
•
ail 9 W
MG
CICM
V
I
0
o
W
a
IV
cc
g
U
111 1 ;S_ jJ !
I
h
CE E It Ra3(1
lal
ir
ir o
›•.i- le r.
o a W �
N N x g p I W W
`" $ - 8 •
N of
i <4 I
I
I __
1 O
ZN
0 II
M
0
W
M
I
Z
Vi Z
W p O z Z
CA X♦ vo Z`U CO
0 InD C� a Z Q Z
Z
IXW < 4
O Uo a 32
f/)<V o y \ W >
Z\1 Pi l.X11: W
� O
W
J/ 1111 Z 2 x
_ o La Z
O Li O
M ,I,I,III N le = >
J ~
Jr
►IIIIIa oV
o ►I,I,I•I•I W' �rin rc x PII// W W o
YI i^ s ►IIIII o z CO
tq WW ISSSSS N 0
►�% S Z CC 1I,I•I•I•I 0 a J
II ° d ` ►I•I•I,I•I 0 0 2 Q
0
0
SSSSS
►�
N VI
W U N 2 W W
VIto
Q W Q (I)
cis 0 3 Z H2
J Q W C
U Q
V J K O
v W < W o
Q N N W La (n M
i •C1 N W ^ Qa 0
taiW M IT O
it
U N AI co— vl
e —O
La
' .' Z Q Z J
o �� 11 tO 4-J 0
,,, a ISI v •
M ~t m
`SII — :
I
F1
W a
Q a J W L. C.� (' = Z I` 111
2 -J ~ Z _Z i L j e-
�>_ Q W
N`.. = O J UO -t a' U m U 3M
NWU N Q g'- 0 if-) 111" moa O
g JNz Z a', Zo a n a UCC c ��¢
W- ga 0 oa pa Z < W �_ �-- U=�
� Ua U �W 0 E U m WF- a WF-L. N I
Q =wm w w0 NN as J a � 0 }alp a
I- m N F- Z D (/)Cl_ J F_ Z - y N
OWJJ W UQ
L. DQ Q � Np -V)� F- Li
U -IQ= Z OJZ Li
NZ N Od 0 OaU }a} I
Z =NN WE_ J� Wp Q Za' W ZW CY
C?. F-
� LJ
WNU =� 03 A; QO �QU M a p 25 J a
NmZa F- 0 JN NJ Uag CS �N W �NI.,..I Z I
Qa�� CSW Nw � „ W� � 0a w 0aw 0 < Et
N }F_- Ili
0 Y
~O D� uW C. gW �Z �NZ r N :-C (7) Qw0 U
Z I--UW = F- am NQ pI'-1 O NO aNO o w LI
C,F- cr1- N1 N m z m w = a w �a o a Q
OZQj0 JN Jw aQ wc.�0 0 M wp0 Woo Z o 22
Z -laZ¢ Qa QZ �W 3da v 1:1--- 3� Z 3cwi>Z ? °° Z I
W .w� Lu - (Y I-I W U �V C7 e LU
a.
CD .- ODI- Q Nm tri V' < tri v) N t0 ISNifi OONIai J 2
WI
.. w W Q
a z(0 z Z cr
W a
Z OJ F- I- t0 a CO
J O = 01- i--y
Jto Lu -10
rZ /wZ g I
4� " W d }W
W p d N V
w O� c0
Z
W
— } w 0 O
-,4-1(f) iZ
�'"- -- W w
— e +— ^ N
Li liZa '� I1130›-
:::L
a
^ F- 0
Cf
U e a ^ JpLi Y°I 1 m! 'OW > p Za 3
W - a F= JZ —j.I W WZ F- Q O
Lre a Z J N0 - N
} OW
} W Z
W — N L4-1
W UL d} W L —
U a J W J0 v
} m 0 /� 0
a w p _} I
W
- J 1-
1--
t aJ
N — O 2 --I a F- N b LL
0l __ 00 -I I
�� 0
I
1
a
N •
1 a Ze-
N
O EM
I C a O
ct
a• ID ,
C L
CD D
I U U
/
I V)
0Z
1 d
N C
a) :-) coLi 2
LLI
N � Z J 0 w
1 0 � 4: cr
-
Q 0 >
J
0 Trimmillimillmm-r,---
—T a I— z Q
1 Cl, Q l a N 0 to
U .~� I _o W O N N w
imiimimmI CL
1 I Z
c~n in 0 J
a) �_ f 7 ,�_ 1 o 0 1 J
l 0 J N a a 2 W
II � � � � Q � z0 cm Q0 �
0
., o z - i-- rnd
U U a? - N a N N 1 0 2
1 U w 0 a
O O Z
V N 3 3 0_ a
M W W Z
J V11-11 a ~O
M I 1 Z N
I
V1 �
a'
MIIIIIIIMMIN
OJ CI N W
N m5 f.. W1 U to
cr
N N N N N tmO
le
a3
1 Z
W
Vi J N W m
O N
a. W Z I VI
~ r Y J W
a' O Z
N i m
o
a
I 0 0 0 N J
a
CY 0 W a a
tt F- W H 11 o
< CO a Z Z 6
L NC
U W
I u. aOWLi-
Ct N a Y
I-- 2 S m a
I
I
zco I
• M
Y gM
z
a
g 9l a
I 9 I O.tn -J W
4 w
+► £ r rc .► I .Zl �z Z p y111
Lw w 0
•a 1 v3� o
Jdhutmlu991339 9'0N • 3 m a
CO I
0.
OMa
1
W=
I-I_ V
F
~3Jw
I
a s �OWgJ
)'vF"
1Z m
W 0 WZ 1- 3°O2CCtn
Wo- r F— Q a M'O W
3 _Z O U 3 cc M ZUM Ce D:QOW W
.( Z x a co 5, c>2 ZZ H <ow°N Z
pM 2Zo a r '� 2 J l`VVIImlU� @W
-. Wo3 2 0.J C.)� Q O Jia G
cE�+ ow
-tam. Ntli mmm I.-
> r $ W a N Wu-
Z
m� NZC • =JJJ (n W U W 2wo,N
2WVV3 ^ 2N :Di Z �4 0 Wm=mw 2
N� NUW]zrz H VIO2 cc H2W s CCNZ}=2
2
pW4p o: Z W U W n .t I o:2�3pO '..
LU
Z �aj2 pW>� �a.� uwi j / I W Vl
t� U
oDwCCao
`� �� aVO <� O W O ,. 2Zz W 3m
U< U Um < a0 a N U • a JWaN
I
w 31383#O3 '0 'd,, 1- J Li.
Z N M M/ C 1.: W QaWre
—W CO
WI l m o(-)a s Q
_�_ 0.... r� \ W2'tnawa Q
I 11 1/ / ` I \I
1 I 1 I' ! \ it 11 I ;,�,n El . ,I 1
1 11 11 O \ I to I" , —
‘, (0 El , . .: •.. l=
\ \\\\ ^ /�/i / 6 *- .- n n
\ n •
\ \ .n 9 L L
n n n
\\tea // «/ I
W
< I
-...— •••• i'\I • ••• Za
HQ ... • •s. • . W cZW
lot_el--I • • lz Z '''
1 i
U QWW
n - NC
r
f
1 L. f= •• • • ac=
e,2
n A
g I
I
1
' CITY OF FEDERAL WAY MONUMENT RECORD
447
' aG _.... a.. y
a "s , DA-L T:YrU
X2MDATE SET: ELEVATION: (FT) (M) 8`
ESTABLISHED BY (NAME): (COMPANY):
LEVEL LOOP:
PRECISION OF SURVEY:
ORDER: •CLASS:
' LOCATION:
SECTION TOWNSHIP NORTH RANGE EAST, W.M.
LOCATION DESCRIPTION:
I
SKETCH (INCLUDE ANY REFERENCE TIES):
1
1
1
NOTES: PLS SEAL:
1
1
JULY 2014
�f PUBLICDWG. NO.
Federa0 WORKS MONUMENT RECORD 3-37
1
4X2" 0.D. ALUM. TUBE HAPCO 41 SERIES AND I
188„ WALL ALLOY VALMONT RTA POLES
6063-T6 SATIN
GROUND FINISH MEET THIS STANDARD.
I
MIN.
8” 2* t".. 5)0.
z � 4)i" 0.D.
/___.....) --(f)--
i
S, 2" N.P.S.
I
N Rq� SLIPFITTER
��
/ 1 _ A
(2)- 1/2" 13 N.C. I
"coI
STAINLESS STEEL
THRU-BOL TS,
4 O.D. N NUTS, AND NYLON
,n WASHERS. I
06 In o, 063-T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8"
iu TO 4 " 0.219" WALL THICKNESS
I
"
� L SATIN BRUSHED FINISH
rn
•`- NOTES :
1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE
I3
o 0'
SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH
r: 7:il
E ISOTACH / 120 MPH GUST VELOCITY WIND.
a) 2. 4043 FILLER WIRE USED FOR WELDING.
cn 0 3. ONLY THE BASE FLANGE WELDS ARE HEAT-TREATED.
4. BASE FLANGE SHALL ACCOMODATE 1 1" TO 12" I
v BOLT CIRCLE.
5. (4) 1"- 8 NC STEEL ANCHOR BOLTS ASTM 2" 11)x" DIA.
= o A 576, AISI GRADE 1021-1046, 50,000 BOLT CIRCLE
PSI = MIN. YIELD MEAN DIA. OF ROD 1
z io STOCK 0.908 ± .01 1", OUT OF ROUND I i
�
'z ii
= TOLERANCE : ± 0.012" ROLLED OR CUT
THREADS PER A307, CLASS 2A, TOP 10" 8 - #7 REBAR AND I
O I GALVANIZED PER ASTM A 153, COMPLETE
0 WITH (8) 1" 8NC GALVANIZED STEEL HEX #4 HOOP REBARCD
w NUTS & (8) 1" GALVANIZED STEEL FLAT 1'-0" CENTERS
I
-J WASHERS.
'- 6. CITY MAY ACCEPT OTHER BEND RADII AND �1 �. .5) "
DAVIT ARM MOUNTING ANGLES.
_: T
N I
I
HANDHOLE (4" X 6" NOMINAL) Tr ' T NON—FLUSH TYPE, COMPLETE
WITH REINF R 0 CING FRAME ALLOY NI356—T6, COVER AND S.S. _ 1' I1HEX HD. SCREWS v il I
K ' ' I
1 1)1"
I --4
Y -Y2" - 13 NC S.S. 2" SCH. 40 L. _1
BOLT W/ S.S. PVC CONDUIT I
SPLIT WASHER 4"
AND S.S. FLAT CLASS 5
WASHER (1Xz) PORTLAND CEMENT
CONCRETE (3000 psi ). 3'x 3' SQUARE
SECTION THRU HANDHOLE OR 3' DIAMETER BASE. I
Rev.NOV 2014
arira PUBLIC NO. t
Federal WORKS LUMINAIRE POLE DWG. N
I
' IN 6' PLANTER STRIP LUMINAIRE BASE LOCATION DETAIL
BEHIND SIDEWALK
5' OR6' 4'
a' SIDEWALK PLANTER SIDEWALK PLANTE-
`IT
•3
Gil I..1
' U 2
1... p•u
-i PLAN x PLAN
I
O W Y UNLESS SPECIFIED. BASE ;
^t < FOUNDATION CAN EITHER
Cx
3' DIAMETER OR 3' SQUARE. 6
T. CONCRETE PAD NOT SHOWN FOR
<-�-1 CLARITY. SEE OETNIS. BELOW 8
' 3 0
E a
tr<
0 I
ze
-I it < TOP OF PAO TO BE
FLUSH WITH SIDEWALK
1
E i _
g RP
h i
1.L J {
F1! - GROUT UNDER
POF�'
{ LE BASE FLANGE I. 4
i. i F A
SECTION SECTION
LUMINAIRE BASE AND J—BOX CONCRETE PAD ENCASEMENT DETAIL
FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP
I
(STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK)
® a 4 e y y y y Wy
b • y y y
° ° e ° • 4 y y •✓ W y j .
n ° °e y y W
d ° °
d
FULL DEPTH 12 MIN y 12" N• '
Y y y y y
EXPANSION JOINT 'by y y j• _, ° ° STREET LIGHT y y y
____11:� , POLE BASE -
° d u '°
° ✓ y y V • , y y
I
e, ✓ + .Y ✓ CONCRETE PAD FULL DEPTH y y y y y y
CONCRETE PAD * *FINISH PER STREET LIGHT Cr FINISH PER EXPANSION DEPTH
JOINT W
° DETAIL 3-3" ✓ POLE BASE LW DETAIL 3-3 ° ,° Li
•
•
b _ y
°
PS'
dyy4. 0.
*
_ V y * d �
y
8 o' • eb J—B0Yrre
° V y y V
Z4.4:%:; = rerrvL. rs 4 N^\o y 0
y
P\'� ° ° ) 12IN. Z
12MIN.
' q\'c; y
Z
y1111.-6" MIN.''',01,_\‹? ' • ! yy
I \O .8� b °m y E/7t� ° 6MIN:-..H. -BOX e - - -
03
• y /t
G� IX
4 ° ° ayyy
d
e • y \....\ Nie y !`/ ° ° yy y
° ° •
1 L Q` y y W V y y y
a a Q W y 4 ' •
Jr d r
APRIL 2013
I m1°0` PueLIC STREET LIGHT POLE BASE PLACEMENT DWG.NO.
Fe d e rJ WORKS AND CONCRETE PAD AROUND 3-39A
C� J-BOXES AND POLE BASES
1
1
1
1
1
XXXX = SERVICE CABINET LOCATION
X NUMBER BASED UPON A CITY DEFINED
X COORDINATE SYSTEM
X YY = THE SERVICE NUMBER, WITH
MOST LOCATIONS ONLY HAVING ONE
X SERVICE CABINET, THUS NUMBER 1
AAZZ = CIRCUIT DESIGNATION NUMBER:
y EXAMPLE IS STREET LIGHT CIRCUIT 10
Y = SL10
BB = POLE NUMBER WITHIN CIRCUIT
A
A LEADING ZEROS SHALL BE OMITTED
Z ALL NUMBERS/LETTERS SHALL BE TWO
Z VERTICAL ESPACINGS HIGH WITH TWO (2) INCH
ALL NUMBERS/LETTERS SHALL BE
B PAINTED BLACK ON THE POLE FACE
NEAREST THE STREET. PAINT SHALL BE
B
2" BLACK ALKYD GLOSS CONFORMING TO
6" FEDERAL SPECIFICATION TT-E-489.
T7 U IJ
1
1
t
FEB 2011
° PUBLICI
DWG. NO. I 1
'C; . "°°°
Federa0 My WORKS LUMINAIRE POLE NUMBERING
3-39B
1
a
�_
I-
III g z0
o I'
J tno \\a N o
I
M 0
O
o(ai�� a = �'-
0 z
ct
Urn(n Dw `` ? 5W I- 0
zO 0
(wn- u_0wo� a \\ 00 Op w
I W Z OLU I-
0 O N
U U W 0
O w 32/ib'NIWOl 1 — ! 1 N U o p a
1 w
I
'- m Ol iv a Z 0
Ct U I 2 = 1 J
11.1
A 1 1 C� QI.
Q
1 W a ICC IC!
J N
Zp lw- �. w I I- o III
W. 0I Lu(1) I `� a~ w w
3
= J m m Iz 0
as < , i paU a ` ,� ,_ Z
0 M' IpaU 0 Z
Ct Q 'I W3I ZaaCt a o z \" 0 0
1 � 0 zccID `"1-0 uNW
J O OU al Z o 0L�N Q Q
O zoo z
�F= WJ = W 0 Z
lij a a c� >
,.....\\, Yea _1JD J (O0VOILIPWHIr �E 0U 1- i wu' I— 0 0 I / D a =J
a U U Z w Z
' mao��o o=0 �, zzz' oZo > oo v a~ � -1 p 0Ua J
ZOZaaa rx< T
a awOw' La Z
auJwJ WF-_Z � J0CC D (no
aWorF- m o
U1Lu Nma <— m\\ OWX 1 0 a Yi----
U w
I WmNo O� ZmJUUI 00
Uj U a W
m w � a W O a (l1 w Y �O J ICOc.)of
JDp Z ' - > -3 (nCt( ) J a I 0 Y
Jp I- O I Q w O o 0d (n 0 w p Mo
I
QaXw 15 U �UtQw �a a 1- a3
I OO_j U JZ = OIaUo aQ X H J 0
derJ } p W W
X3133
~ w < =a ~ m J m a ~Q W J !
a m
O~ O (n QZa21 - w Ct
' mw � (X X0NI.,�0 ‹ v' -0oM M v' ° H
zQo o o cn� " o ® Z aoY =Z
I-
0ho m� OZQ� ,_. LU JU
Q Z u
' Z m OD '- ww < OQ 8
�o Uw"-cnNw II
Z }a �(n >
Q ��v� Z� In•
O
Z
I
I
I
Direction of travel
I
Marking nail
some side os cleat
8–Penny Duplex nails
I
111
I
2"
IM i 4" x 4" Post —*V
IM I
it II Finish Grade
it II
30" IM II
I
it II 28"
it II
IM I
I Two double__V' I
I IM headed nails I I
it
ly Ii Cleat 28"x3"x2"
— L under sign
30"
�� 128" 1
2
4" x 4" Post I
NOTES: Aluminum cleat attached_____,---0I I directly under sign
SIGN POSTS –
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR
OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST I
COAST INSPECTION BUREAU GRADE #2. STRUCTURAL LIGHT FRAMING, 1" N 1"
RULE #16, PARAGRAPH 124–C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. I 1"
I
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO TOP OF CLEAT o o
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
1
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. CLEAT
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 8–FEET OF VERTICAL POST — - (PUNCHED OR DRILLED)
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
1
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2–WAY PLUMB. 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
I
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
""t0i PUBLIC SIGN POST AWG. NO. I
Fe de ra,l WORKS 3-51
I
I
111
Ii,,
7/16"/-HOLES (TYP.)
11 •
•
• ! 1" (TYP.)
14-2Y4"-1T 8" 0
IMIN23/4".
3/4" 0 O
I
/HOLES (TYP.) WELD (TYP.)
7- i
I 1
'
�
I
IL 7 J 1/4MIN.
I
1
<1>
' O O
•
O O E- SEE NOTE 1
ISEE NOTE 2 O O
O 0
O O
I O 2-c;'
I
I
1
NOTES:
1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD-FORMED
TO SIZE FROM LOW-CARBON 12 GAUGE, ASTM A653 GRADE 33.
I
2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33.
3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE.
4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS
I
TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET.
5) LOCATE BASE PLATE TO MAINTAIN A.D A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH).
JAN 2017
I Of PUBLIC SURFACE MOUNT BASE PLATE AND DWG. NO.
Federal WORKS RECEIVING TUBE FOR 2"STEEL SIGN 3-52
G� POST ON SIDEWALK
1
CITY OF ,
Federal Way Public Works Department
STREET SIGN
STANDARD SPECIFICATIONS
SIGN FACE MATERIALS
All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by
the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows:
Maximum Dimension Blank Thickness
Less than 30 inches 0.080 inches
Greater than 30 inches, less than 48 inches 0.100 inches
Greater than 48 inches 0.125 inches
All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install
permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall
be applied to sign blanks with pressure sensitive adhesives.
All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking
regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with
Section 9-28.8 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 0.2E and an
incidence angle of-4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street
name (D-3)sign sheeting shall meet this specification.
All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum
retro-reflection rating of 800 candelas/foot candle/square foot for white-silver sheeting with a divergence
angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms.
Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with
Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70
candelas/foot candle/square foot for white-silver sheeting with a divergence angle of 0.2E and an
incidence angle of-4E. These signs include guide signing (D Series—except D-3), corporate limit signing ,
(I Series), and motorist information signing (K Series).
The reflectivity standard of supplemental plates shall match that of the primary sign.
SIGN INVENTORY
City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the
permanent signing installation to inspect, inventory, and log all new and relocated signs.
OTHER SIGNS
Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to
signing. '
ADDITIONAL OUESTIONS/REOUESTS SHALL BE DIRECTED To:
Design—Traffic Engineer(253) 835-2740
Installation/Removal—Public Works Inspector(253) 835-2741
Sign Fabrication—King County Sign Shop (206) 296-8153
Street Addressing—Building Department(253) 835-2607
REV.November 2014 ,
Page 1 of 1 Standard Detail No.3-54
1
I
VOINs
z Z LA
3 CO
0w z 0
' rs
Q W N m ce
r W
(, J rc1ZNo
r Z Q m a w D a'N
oaJ IJ-J 6X0.1-.0~
a=a Ma ox ;oNZ
r a aJOw
uwi3a �= OVI =w?w
0<0mCCN
I W
0
I
0 Z
Q
m
I =
ce0
ICO
0
U
- a- Z r
a o r0Z
I Ilk
XCW
7- v v v w G
DZ
I CZ / U
J Qw
Z �m 0 a
5 cn Z O= z=
o
t9 N Qwce cnZ J
I
w
re o/ I_ oJ
/ I— m• J
D I-
7 W O W
N
/ 0
Q
XI CI
NZ w QG7 ON
w- o UZ
1=
/ r• ZLa
0 rQ w 0
/ • (w rO -3ZZ wr J r
p = Y H
I w
/ 4
W U=U • M
V �a,1W Oa. D
i a O 3 O ZLOO
M `�\ Q 2, 0,?, R
I
Cr I
` V — _ — a' Z 0 W Cr n_La N O M W
LX C d O �Wa, Z Z
Cr
O _ w r 0 S � w t=!1
t0 N W N r r X r
Z ce 0Z dr N Z 0 0
W r
0
La Ua' Z J 0 Z
J X I U w 0 2 U H
a�oo a0 I.- m�
UI 0m N W J -0i MO
w <YUJ C.) < 0 a3
J� a Z ?= Q
U F r r• 0I J W O I 0
rZ ALf)/- U &N2 Or U tL
O 0 I w
6.e.:, Q �O m20 O M
I
�aUWZO NNOw 0W w
Q U �N YZ2 0 m M1
Qua w m��j0 z O�' OH J J
tn�Q OM ZFE Q N maa �W = I-
0
US ya'w0 TcLawnNw N O 4
I
QUON 0 W �Jw Cr- - 1 w g
avc�� I- t- ZSQ 6� Q S cn e a
0 0Zw x 5
Z U_0 NO M
I
V ��
x R O I
zz Wg ? r
00 3 Ve 1
x N 0 it
Z 4 cc
W d
- W N H 0 Z V W 3
O 2 Z 0
_ C 0 s O Z2 e
()ow K -1v OZ O O u Q~ 3 cv
I
N d 3 W<m m N O Z W p w w Z O
S
fAp iwo wxNta. J 02Vp d = x N OW 0 W ZZ
o o 0?UW 2aJ OO f-WW a -Z r `W UN I W o
WCr
UUUwg 3WIER-' N UJZZ O 30 0 m� �wia • K
� <3 NC N Zxd'N Z W 0
•% W p J W W -rd'
z I- Cep W ~ JN OC Nr' W <o x I
N 0 O W" K g<=11'1y� v O N N W G o W Z o— F W
WW; w°3RH Z p>~O WZ v~ V WW JPO~0 3 m
.-Ja.uz< N O o W<NZI- NY W p Kyr <o p H
DOH WOQOY (W� 2-""(:)Z
JWYF W1 6m-ow I WW wz,4-.2' J 2;
OZWV ~O4 6;NY a 22mOrr W< 0} �` ~Z .7.,ZUWo N NZ I
t 4ZN Z
Wim= �*Ov? Z 81 F-1 xz t, iii
NW XJ 0~` m W .
VI }``7 WI ZOZU J Uo
m Yx
m�H <2>aWa ~ JYaHJ 0 3Y 2� y)N Q�=powf�- } K�
Zp jtm�a 0 (no 03 jx Pz u•- 20 3N4N; NI
N W g�Lo Up U� OY 2 1-� c, oUW� r-, 00
?aSZ (�?im Ea LTJ 40L''
OU UO WN ON z(1- u oo Wo
�v0 `�00Z ZV p-O�yOj> >J Ylr pW WW crz Q��NY p� CW
VOA W yyx. po Oa O N iS,,, g 7d' i..J W
x N Z-W J 4 Q: Y 0 - N3 03 Lu 0 5z 1
NZ <K G.� ,vv�' (�J w0 0 -r. x W< o
sag `��aum 0 i
I
MIMIIMMM
a
N
JZ
I M
d
2 • ,,; 0< It
0
2z3 � c
CI
- <00 W0x, a .034 ow 0
ZIOc w z JJ N
=NF -.W g30 N N c. m5 ze- cYi x ir
1- U< 0 fa a 0 2 w w 0 oZ 0 o W 0
tw/11% Z wNp �0 .- < ww 0: C 0- 1-
0 , 2Um00Z W Oco -IN1.20 OJOU=� - ow
,00• Wd O Z U
I
ilN i+1ZQJUQ m FZ-00 0.1x'• ul WN2 }0 < N
ZOO w<tnYatO
p- OUwW> a U-°'_• 0,'L� i= a 0
O K >J OF � •O jH 0JLL0' -lis Ca to 11 0 21- 2
cO�ul< 50020 08 51-04022 o 4.0 wZoZ�� <? o o c ,^A
22 JZSO ~a IS_-�0 ` WN2y.� OazO ><W NI /W/O�
-ON 2Z`0Z`J 2N 33 mwo JW 0•JO
Vtn 01- SUW U V/
I
WOf< MOS S w Z ou WUJ t/1 �mw OUCiW Jd2 d d Q.
jod
U O<�JZ UW �SJ2Ja2 wZV<Um VI -0 wQ4� W U~w1 pF
NI-Q w a0W Um d'D▪u D/WND NJ(S^aV clOta/i w- • 1-0-1 yI a• au w w
I
Oa0 N 0C9w 021 Wo ,,,0 Acoce 0i0 00 mF W< rn O ZW -
Up .-2
2m I N w VI Q.w 0 020 01� ;Ica-2 0 Q�K •
•�
wZ W wV12� 2 Ci1-jaZ S224yNj0 z.°C001"/C1.
WJQ 2 S NQ
ma1- I-Znr NW-• 1-1- -10O o 000 Z0Z wp-1a U = u aw '•
_ial2 M .54X ow SVou- o 1`t02a Nlw.�d' Via= ;� �
qy.-p p'+'VO2 �2 f/izz0 DI cm tiOWO 00� Z O I �, ,OA
I
N21W- 6S~``O1 y0j0 OYY zt. OF` w l� 4; UU I.t03 Sv 1-O CO
ZOZ _z.°6-2 u“-)ZF Ltg/a� WHO g6L4 c.0tao zWz�}Z m,w t �Z w� w
- tn-.1-O<z ON my ViwY FNJtOmw �Uw06 JO < 30
a Q U to W H U W v
v0 0z;WOJ Ww .�-1,?, ASW ON waw F VW UNW W3 Sh III
S N SNNt00 as a(YUJ 02 ma-00&-1.- Sa'-Z- 2S �' OO 1-� 0iI
oOz 00. < 2 WO •Jt_.- p2N• - • `00- J�4 20 OW w 3 Lot- O w
I
^avg 3,...0 z„,, JJ Zz?4<z zSaD_ UV<K21. <Ino 7p wN tpn o:
UVa 3tnZ_2 �4 aY23aLw YOtnaOU 1W
Bo
12 tV th a N t0 n O O O
2
4:x�nm W
gaggsg
§QUUU
Il otJuguuGu
3.
a.
CA
6, KN M� y = W=Z ;'Se
06 a O y� O`
N3. 1.1HW 7jp EW N \� in
yVjY^ 0 01 O: � m .2£ 2 p2
_ ��I�! �J rn 11S-4:74.
X
•b 720 0. S=0.4 N`` 10.4 2 N CC Cr0
W fA== 6� � W 1'1j.a 000000
' 7 v13cig cN . h� Q
AI"'' . 0000• 0
diallat. • •.1000:
•
0
N •O I I --"°-
.,..0
0
g .zi �b�m�' r 0
- 000 . :gig
1 1 1 1 T. p• p
N •`700• �-D•
N
. 1 00 tt0 tDn 01
1:*".
O 7OSOSO ..?a
yl1 C
I
��0��
NN O tY1Nn 0�i • i00• 6 2
1 ;'.r • 0•1 2IV W43344
-t •
/....a1.14.114.1uuuuu (>V!
�1 e- o -J� •y(/i1 a J Y
b EW` Mo0000 m i.
MO
;• Q` 023
� ' + NIM MWy W32227f
I „0-.Z MAO'. Nt:.1:Cttt
3 W .ppzzpp22QQ2
vi I/ 0-
12
r ♦ 1•• ONtTNNN & l•'-
1 Ir
�O �m Oa ed 111
nn) CGG OGt] O 1j••�
1 3 0
,ZL .1.H01311 'MI (/
0
I
sr
R OI
Z Let
141.
vi
~ 5 mU0 aa�
C O Z In 00:
....§< O�
aW `mW <N ;8< <O
UW `OJH Y la W Lai
I
INu, iix97, V; O O O WZ
yajO aix ZW OW~ WV ?
Zc_ J•- oz xo �_ rm Ir '° A KR
IOOW NZUW.1 'e ---ZJ 3 ZWZ ( I .yUW OI-> `a R'1'J O WC''� W r I
1..� JWf JVl N V+� tW W1=� §
Idle 1�83~�iCO
s. o~ (ZtWj x FN� W WmG to GSrc PIAN ..
Z-0
1111
y K N .OW LD W K N yW .J- . 1 J�C Hcwtai a N& r t6a NaW 0 CO WO i<G� O¢a .a <<W N gN NW..., WN 1 1
W Z <O O O Z W Z; Z Z 3O C1:1-
r1 i j°0cco. Ht Wv.t °S 0 Z
U K moo,- O O i Z z O V VV x ' CO
...„0-4,2 UU.- Itt.yay Uz Z` Q]� < t ZS(`�
a6` U<Wa SO NI <Sm �CS SW <O <
OW I.
^ N
2 I�f 6 Ip 1� m
17t41
I .s/t61 T:91 iI.'"
i
E (Ii_)::
J Ow I 11 i 1 HI r9 T. t 6
B W
1 1 1 1 e.; N
\ - 1 1'NII O :111
`. —Ph 9r �1 .¢ tri r•
=3 iIr
.c.I.E
reo
•
IJrL CA
wgg .1] .
.tea 2
yN1 IW C
F
O� fJi VX
10 w
eY eY ^Y1.
e
r
11
11111,.
I
9r �.9 _
1 Z� U N
co cr
.0.-- _
ci.3 U
•
..!
s •
� �ei
/ R[ __
utH
Q
O
I
I.
.
El
" O
I ,-
JZ
V m
0 V
I
vy�u W
x O
I minitMN
z ,
' Q
1 W H
PD
I
111
CCI WG
IMIRL11.1-
V =
x i QCe
I
id
I x id
x r ix
o
W Lii O
JI. Q
X
Q - 3
1.T� ,IC Jr a W U
in
II�' �'II r WI l u 3 W X
1 1 z/l Q ../1
►/ 1 1 /C =z W
��Z W
i °I. will .-�N W
W
W O oH
ar 00E-, N U
ZU12-
� t)
F = \Z 1 re,....z
< v
n _ ' ' x o ( I h x '. • H W O < U
m\ x \� J, 1 C
e �. * t�v a z V Y
J
a.zz u ca ix
a3• I-o
OWf7 t� t
t• Ai OYG <
UO1 U W
rn
I > g I i [
a wt",
W O
I Q .Q/L Ol .Y/L 1 Z a^ 3 2
8o
�,1 W lr CZ
JaF F :._
VI p�;
U. VWI W
1 N z ^ •1 s�
Z k C.)
5
I
I
f
1
W zo 1
itt
47,
W ?oZ Q Q JW 0
K
�1_ I
H s� ( V) J W N
v < Z
<a
I
W W O W 3 Z 2m > W Q
g0 ZNaV C oQI u.0 CO
w 00
Wy 0M< p O O ON
m J UU V W V }>W
I
Q 0W 0 NH Cr CO Fd
>1 E J N og .Q0 �.
�� HN=W O JJ mU k'11= W_
J a W 0 ' W -Jo Q 0
J* WQ0 Wuj HiJ 3� O
7> ‹. LaCe
.-
WO
�V1NC0p s0 2�/j Fp
1W- N N1 ei
O W
UMW
Z N
8n m
v
O2
a§.1 ,
../c LI I
..A. s W
0.1
...p I==
..„_,
im
'v l 0
a NM - L W
I
Cr
Inemrdlinii
OUTFALL TO 1 STREAM -�- zo
Q'
UJ
( _ �
I >< CI>
- -� x n a W
( 111111111111
JI
wj W
x
O
DUMP NO JLPOILuTAMTsIj1 - 2 i
I
co LtMI 0
a3
-1
-� ^ FOUNDRY NAME 1
il
a I
R I 1
i
I
C;
I .ie
r
3Tr
I ZO W
0
O
Nr
W ZWm<WJCQ
°
WUF ;a? 2
O. DqO
MWNU
I Ii CGJ
//��//
ceg
'11-W N Z Y W N Iggf/tiOW a j LU
*
,``%\, a g N <�N? �2 Ce
ANS W W 2PR W Z J~ j j 2
1 4 i...:c.,..4j::,,,:::r
WVr- �� NNvpp �`W c°�c. a' c 9 I v 1II—
`�tt Z
r
III
:12
J a
Z = J Z
ce1
� Q
■ g z
■
J
N J
i CO
S IX
Z a
1CZI--
0 w
J
Z Q
CD
Z Q
Y
CC
IX
• feii1b . *-glp. - Cl)
o 1 s% s r, 1
0° (t °�� O° tt °�P 'o
Ia3
i . I o
g
I
-
_ IN
a m w Z O
�o v)O Z o • N
W rLa& r 3 d'
00 WNw < = r
tx U LJ w CC Y2 U rW 0
0< • a>v<0U - <
mli� ICO< MWW I' SW
co D< (z O j 0= x�D Z
0v)N WWZrJ aw JN W
wow Zj<�O� Z
Oawr
W I<... <NZ _J0 <I-LU CCMm <
W a�4 zz���� ���� g
80W -<wZoow cco_,o
coil (dAl) 'NIW ..9 �Ji1JO zceO-Xz 35w0U' W
/, 3 a U J N J W r CC 4.1 O o N ¢ Q
/ _ >Z Z w J< < Z OL. < F
zW—r J
�Mww<O ce000 z
'< N00I.- J
/ co aO J Z -,OCC rwO Q<
a m <2 U)Z < < 0
C U O W X Z 7 O W J Z U- a Q
4 I O 2F-c,R<O 3mzNI
T�` z WNw�Z wV)o 0 0
a-ti-a_ N r`m� X--ctm Jazw //��
W W Z zO<w0�� C w7 J I-
CC
Z w O Y z N u1 J M 0 v '
/ 3mZw<WO< Z a ?
r U Q
/ LU D Y,N J J W < W O U U
/ H W S o w=O �Q(n a< J
/ DO <NV)Z UwigO'- w Z
/ 4 Z ¢ Z ¢r m _
_ ��OO I O 'A
--ilii E NO crfl = U°z ¢ V+
D Qaa �?aw _1zLF0 v) Q
Ca
I J
m / 0 J d'U W w W < U Z l l) 1 <
LO
0M-JCCLOzr OOJMWO S //=I11
YQ�O // I if1 00 1- V`
O W r Z r
J
J O Z / O I--
0 Co)QI
= � W Z
w N / U wU 0 OQ OU \
Z3 00 �N a~ LU
/ _ — Z J i
"— 00 V1Q Z U_W W d' 0
_ `�\\ D W J O(N z W O M I
C7 Q a ra ZQ OpVOZ< 2
Nzwa p� 03 ¢ a<N= Z
i
ONwv� _ OO < LaV) 5Q
Z X 2 w W� O� J O O� f
OW= W O / W J r Wt w z 0 0 0
W 3 r Z \/ r O` N oiELLizm
pO ww \/ wZ ow �~0w0
I-�cew U< w
N / r w Di
0
ZZO� 00 OK <- I�anN f t//-- \ A aLJ c a� �o��¢ UCn
as W0 =O<r J
<z M� r�NO� DO I
aN cea O,,¢0Z a3
_ wa oa
wZwzQ
v _ U V' Um �N a' Qr0 S
N O^ d a'<W w= J E H a'2~N
Npv } CO mU D UW 0Z
I 3 •• - 0_Z Z -1< Z 0 ce w,Z 1 II
�d.0 CC to Few <U I--u) a 11-N U
LW 1,1S w
2CL 0_ CI �<.-. r0 �Z.- wcr�0OUiV
rw W <Z <O} 0Ou --i 0 0} Z S LU
}�_
'� d �W 1.. 0 <LJ 0J}OQ CC 0 8 •
I
Z m 0 z N L,I0 0 W<O cr w 00 0 0 0 1<Z
J< U N O La CC
W < >0 Z N Z U w z 0
S0 Z W >wr ZZ
J< Z 0- W <=Z O0J <V1WQCA DZ I« < U Z N d r Z U U a O z 3 0<
UW)<N 1-
0 .- N M
Z
I
I
I
I
I
APPENDIX C: FN WA 1273
I
I
I
I
I
I
I
I
I
I
I
I
I
1
i
REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS
FHWA-1273 -- Revised May 1, 2012
1
' I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis-Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
' Xl. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or
Appalachian Local Access Road Contracts (included in Appalachian contracts only)
' I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded
' under Title 23 (excluding emergency contracts solely intended for debris removal). The
contractor(or subcontractor) must insert this form in each subcontract and further require its
inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other
' agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done
under any purchase order, rental agreement or agreement for other services. The prime
contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or
service provider.
Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts
and in lower tier subcontracts (excluding subcontracts for design services, purchase orders,
rental agreements and other agreements for supplies or services). The design-builder shall be
' responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal
documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in
' all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental
agreements and other agreements for supplies or services related to a construction contract).
' 2. Subject to the applicability criteria noted in the following sections, these contract provisions
shall apply to all work performed on the contract by the contractor's own organization and with
1
i
I
I
the assistance of workers under the contractor's immediate superintendence and to all work
performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be
sufficient grounds for withholding of progress payments, withholding of final payment,
termination of the contract, suspension /debarment or any other action determined to be
appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use I
convict labor for any purpose within the limits of a construction project on a Federal-aid highway
unless it is labor performed by convicts who are on parole, supervised release, or probation.
The term Federal-aid highway does not include roadways functionally classified as local roads
or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid
construction contracts and to all related construction subcontracts of$10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or
architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies:
Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as
amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal I
Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41
CFR 60-4.3. I
Note: The U.S. Department of Labor has exclusive authority to determine compliance with
Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have the authority and the
responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of
1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and
related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. I
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to
conform to the U.S. Department of Labor(US DOL)and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to assure equal opportunity as set forth under laws,
executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60
and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed
herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this contract. The provisions of the
Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35
and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this
I
2 1
I
' contract, the contractor agrees to comply with the following minimum specific requirement
activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure
' that it has made every good faith effort to provide equal opportunity with respect to all of its
terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
It is the policy of this Company to assure that applicants are employed, and that employees
are treated during employment, without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or
on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an
' EEO Officer who will have the responsibility for and must be capable of effectively administering
and promoting an active EEO program and who must be assigned adequate authority and
responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire,
supervise, promote, and discharge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant of, and will implement, the
' contractor's EEO policy and contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement will be met, the following
actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before
the start of work and then not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed and explained. The meetings
' will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination
' by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the
' EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily
' accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to
the attention of employees by means of meetings, employee handbooks, or other appropriate
' means.
4. Recruitment: When advertising for employees, the contractor will include in all
' advertisements for employees the notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large circulation among minorities and
women in the area from which the project work force would normally be derived.
I 3
I
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic
and direct recruitment through public and private employee referral sources likely to yield
qualified minorities and women. To meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such identified sources procedures
whereby minority and women applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring ,
hall referrals, the contractor is expected to observe the provisions of that agreement to the
extent that the system meets the contractor's compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such implementation violates Federal
nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as
applicants for employment. Information and procedures with regard to referring such applicants
will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established
and administered, and personnel actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion,
sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working
conditions and employee facilities do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification '
to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine
whether there is evidence of discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the discrimination may extend
beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the
contractor in connection with its obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and
women who are applicants for employment or current employees. Such efforts should be aimed
at developing full journey level status employees in the type of trade or job classification
involved. I
4
b. Consistent with the contractor's work force requirements and as permissible under Federal
' and State regulations, the contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the geographical area of contract
performance. In the event a special provision for training is provided under this contract, this
1 subparagraph will be superseded as indicated in the special provision. The contracting agency
may reserve training positions for persons who receive welfare assistance in accordance with
23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees
who are minorities and women and will encourage eligible employees to apply for such training
and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the
contractor will use good faith efforts to obtain the cooperation of such unions to increase
' opportunities for minorities and women. Actions by the contractor, either directly or through a
contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint
training programs aimed toward qualifying more minorities and women for membership in the
unions and increasing the skills of minorities and women so that they may qualify for higher
paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union
agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or disability.
1 c. The contractor is to obtain information as to the referral practices and policies of the labor
union except that to the extent such information is within the exclusive possession of the labor
I union and such labor union refuses to furnish such information to the contractor, the contractor
shall so certify to the contracting agency and shall set forth what efforts have been made to
obtain such information.
' d. In the event the union is unable to provide the contractor with a reasonable flow of referrals
within the time limit set forth in the collective bargaining agreement, the contractor will, through
independent recruitment efforts, fill the employment vacancies without regard to race, color,
' religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or
qualifiable minorities and women. The failure of a union to provide sufficient referrals (even
though it is obligated to provide exclusive referrals under the terms of a collective bargaining
agreement) does not relieve the contractor from the requirements of this paragraph. In the
event the union referral practice prevents the contractor from meeting the obligations pursuant
to Executive Order 11246, as amended, and these special provisions, such contractor shall
immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The
contractor must be familiar with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there under. Employers must provide
reasonable accommodation in all employment activities unless to do so would cause an undue
hardship.
I 5
1
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The
contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age
or disability in the selection and retention of subcontractors, including procurement of materials
and leases of equipment. The contractor shall take all necessary and reasonable steps to
ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their
EEO obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their
EEO obligations.
10. Assurance Required by 49 CFR 26.13(b): ,
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT-approved DBE
program are incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts.
Failure by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the contracting
agency deems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document
compliance with the EEO requirements. Such records shall be retained for a period of three
years following the date of the final payment to the contractor for all contract work and shall be
available at reasonable times and places for inspection by authorized representatives of the
contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1)The number and work hours of minority and non-minority group members and women
employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to
increase employment opportunities for minorities and women; and I
(3) The progress and efforts being made in locating, hiring, training, qualifying, and
upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency
each July for the duration of the project, indicating the number of minority, women, and non-
minority group employees currently engaged in each work classification required by the contract
work. This information is to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of the last payroll period preceding
the end of July. If on-the-job training is being required by special provision, the contractor will
be required to collect and report training data. The employment data should reflect the work
force on board during all or any part of the last payroll period preceding the end of July.
I
6 ,
1
1
1 III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction contracts and to all related
construction subcontracts of$10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner
that segregation on the basis of race, color, religion, sex, or national origin cannot result. The
contractor may neither require such,segregated use by written or oral policies nor tolerate such
use by employee custom. The contractor's obligation extends further to ensure that its
' employees are not assigned to perform their services at any location, under the contractor's
control, where the facilities are segregated. The term "facilities" includes waiting rooms, work
areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms,
and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing provided for employees. The contractor shall provide
separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy
between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all
related subcontracts and lower-tier subcontracts(regardless of subcontract size). The
requirements apply to all projects located within the right-of-way of a roadway that is functionally
classified as Federal-aid highway. This excludes roadways functionally classified as local roads
or rural minor collectors, which are exempt. Contracting agencies may elect to apply these
requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5
"Contract provisions and related matters"with minor revisions to conform to the FHWA-1273
1 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid
unconditionally and not less often than once a week, and without subsequent deduction or
rebate on any account(except such payroll deductions as are permitted by regulations issued
by the Secretary of Labor under the Copeland Act(29 CFR part 3)), the full amount of wages
and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is
1 attached hereto and made a part hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to
such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also,
' regular contributions made or costs incurred for more than a weekly period (but not less often
than quarterly) under plans, funds, or programs which cover the particular weekly period, are
deemed to be constructively made or incurred during such weekly period. Such laborers and
1 7
1
mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as
provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time
actually worked therein: Provided, That the employer's payroll records accurately set forth the I
time spent in each classification in which work is performed. The wage determination (including
any additional classification and wage rates conformed under paragraph 1.b. of this section)and
the Davis-Bacon poster(WH-1321) shall be posted at all times by the contractor and its
subcontractors at the site of the work in a prominent and accessible place where it can be easily
seen by the workers.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including 1
helpers, which is not listed in the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefore only when
the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(ii)The classification is utilized in the area by the construction industry; and
(iii)The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and
wage rate (including the amount designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the Administrator of the Wage and
Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington,
DC 20210. The Administrator, or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day period that additional
time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification
or their representatives, and the contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of all interested parties and the
recommendation of the contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the contracting officer or will notify the
contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate)determined pursuant to
paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the
classification. i
8 '
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
1 d. If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided,
That the Secretary of Labor has found, upon the written request of the contractor, that the
applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets for the meeting of obligations
under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized
representative of the Department of Labor, withhold or cause to be withheld from the contractor
under this contract, or any other Federal contract with the same prime contractor, or any other
federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held
by the same prime contractor, so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any subcontractor the full amount of wages required by
the contract. In the event of failure to pay any laborer or mechanic, including any apprentice,
trainee, or helper, employed or working on the site of the work, all or part of the wages required
by the contract, the contracting agency may, after written notice to the contractor, take such
action as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased.
1 3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the
course of the work and preserved for a period of three years thereafter for all laborers and
mechanics working at the site of the work. Such records shall contain the name, address, and
social security number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or
cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act),
daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or
mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall
maintain records which show that the commitment to provide such benefits is enforceable, that
' the plan or program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
' apprentices or trainees under approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
' programs.
1 9
b. (1)The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out111
accurately and completely all of the information required to be maintained under 29 CFR
5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to include an individually identifying I
number for each employee ( e.g. , the last four digits of the employee's social security number).
The required weekly payroll information may be submitted in any form desired. Optional Form
WH-347 is available for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors. Contractors and
subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to the contracting agency for transmission
to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for
purposes of an investigation or audit of compliance with prevailing wage requirements. it is not a
violation of this section for a prime contractor to require a subcontractor to provide addresses
and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the t
contractor or subcontractor or his or her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided
under§5.5 (a)(3)(ii)of Regulations, 29 CFR part 5, the appropriate information is being
maintained under§5.5 (a)(3)(i)of Regulations, 29 CFR part 5, and that such information is
correct and complete;
(ii) That each laborer or mechanic(including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been made
either directly or indirectly from the full wages earned, other than permissible deductions as
set forth in Regulations, 29 CFR part 3;
(iii)That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as specified
in the applicable wage determination incorporated into the contract.
(3)The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 3.b.(2) of this section.
(4)The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this
section available for inspection, copying, or transcription by authorized representatives of the
contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit
such representatives to interview employees during working hours on the job. If the contractor
or subcontractor fails to submit the required records or to make them available, the FHWA may,
1o 1
1
1
after written notice to the contractor, the contracting agency or the State DOT, take such action
as may be necessary to cause the suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon request or to make such records
available may be grounds for debarment action pursuant to 29 CFR 5.12.
' 4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they
performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and
Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her
first 90 days of probationary employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been certified by the Office of
Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency
(where appropriate)to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall
not be greater than the ratio permitted to the contractor as to the entire work force under the
registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable
wage rate on the wage determination for the classification of work actually performed. In
addition, any apprentice performing work on the job site in excess of the ratio permitted under
the registered program shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a contractor is performing construction on
1 a project in a locality other than that in which its program is registered, the ratios and wage rates
(expressed in percentages of the journeyman's hourly rate)specified in the contractor's or
subcontractor's registered program shall be observed.
' Every apprentice must be paid at not less than the rate specified in the registered program for
the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If the apprenticeship program
does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable classification. If the Administrator determines
1 that a different practice prevails for the applicable apprentice classification, fringes shall be paid
in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State
Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship
program, the contractor will no longer be permitted to utilize apprentices at less than the
applicable predetermined rate for the work performed until an acceptable program is approved.
1 b. Trainees (programs of the USDOL).
' Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the
predetermined rate for the work performed unless they are employed pursuant to and
1
1 11
I
individually registered in a program which has received prior approval, evidenced by formal
certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the
plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified
in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with
the provisions of the trainee program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage determination unless
the Administrator of the Wage and Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate on the wage determination
which provides for less than full fringe benefits for apprentices. Any employee listed on the
payroll at a trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed.
In the event the Employment and Training Administration withdraws approval of a training ,
program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have I
been certified by the Secretary of Transportation as promoting EEO in connection with Federal-
aid highway construction programs are not subject to the requirements of paragraph 4 of this
Section IV. The straight time hourly wage rates for apprentices and trainees under such
programs will be established by the particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the t
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any 1
subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. I
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor ,
as provided in 29 CFR 5.12.
12 1
8. Compliance with Davis-Bacon and Related Act requirements. All rulings and
interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are
herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause of this contract.
Such disputes shall be resolved in accordance with the procedures of the Department of Labor
set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes
between the contractor(or any of its subcontractors) and the contracting agency, the U.S.
Department of Labor, or the employees or their representatives.
' 10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it(nor he or she) nor any
1 person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR
5.12(a)(1).
' b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
' c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
I
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal-aid construction contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and Safety
' Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR
5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include
watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
' on such work to work in excess of forty hours in such workweek unless such laborer or
mechanic receives compensation at a rate not less than one and one-half times the basic rate of
pay for all hours worked in excess of forty hours in such workweek.
' 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States (in the case of work done under contract for
the District of Columbia or a territory, to such District or to such territory), for liquidated
damages. Such liquidated damages shall be computed with respect to each individual laborer or
mechanic, including watchmen and guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of$10 for each calendar day on which such individual
1 13
I
1
was required or permitted to work in excess of the standard workweek of forty hours without
payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 111
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting
agency shall upon its own action or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally-assisted contract subject to the
Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, 111
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (1.)through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the
clauses set forth in paragraphs (1.)through (4.) of this section.
I
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal-aid construction contracts on the National Highway I
System.
1. The contractor shall perform with its own organization contract work amounting to not less t
than 30 percent(or a greater percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by the contracting agency.
Specialty items may be performed by subcontract and the amount of any such specialty items
performed may be deducted from the total original contract price before computing the amount
of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. The term "perform work with its own organization" refers to workers employed or leased by
the prime contractor, and equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of a subcontractor or lower tier
subcontractor, agents of the prime contractor, or any other assignees. The term may include
payments for the costs of hiring leased employees from an employee leasing firm meeting all
relevant Federal and State regulatory requirements. Leased employees may only be included
in this term if the prime contractor meets all of the following conditions: '
(1)the prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2)the prime contractor remains responsible for the quality of the work of the leased
employees;
(3)the prime contractor retains all power to accept or exclude individual employees from
work on the project; and I
14 ,
1
1
(4)the prime contractor remains ultimately responsible for the payment of predetermined
minimum wages, the submission of payrolls, statements of compliance and all other Federal
regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized
knowledge, abilities, or equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the contract as a whole and in
general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is
computed includes the cost of material and manufactured products which are to be purchased
or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a)a competent superintendent or supervisor who is employed by
the firm, has full authority to direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations (regardless of who performs the
work) and (b) such other of its own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is necessary to assure the
performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the
written consent of the contracting officer, or authorized representative, and such consent when
given shall not be construed to relieve the contractor of any responsibility for the fulfillment of
the contract. Written consent will be given only after the contracting agency has assured that
each subcontract is evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build
contracts; however, contracting agencies may establish their own self-performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
1 This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal,
State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment and take any other needed
actions as it determines, or as the contracting officer may determine, to be reasonably
' necessary to protect the life and health of employees on the job and the safety of the public and
to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the
contractor enters into pursuant to this contract, that the contractor and any subcontractor shall
not permit any employee, in performance of the contract, to work in surroundings or under
conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as
determined under construction safety and health standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety
Standards Act(40 U.S.C. 3704).
1 15
I
I
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or I
authorized representative thereof, shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction safety and health
standards and to carry out the duties of the Secretary under Section 107 of the Contract Work
Hours and Safety Standards Act(40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS I
This provision is applicable to all Federal-aid construction contracts and to all related
subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and
specifications and a high degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential
that all persons concerned with the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any
facts related to the project is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each
Federal-aid highway project(23 CFR 635) in one or more places where it is readily available to
all persons concerned with the project: I
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United States, or of any State or
Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the character, quality, quantity, or cost
of the material used or to be used, or the quantity or quality of the work performed or to be
performed, or the cost thereof in connection with the submission of plans, maps, specifications,
contracts, or costs of construction on any highway or related project submitted for approval to
the Secretary of Transportation; or
Whoever knowingly makes any false statement,false representation, false report or false claim
with respect to the character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be furnished, in connection with the construction of any
highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in
any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION
CONTROL ACT
This provision is applicable to all Federal-aid construction contracts and to all related I
subcontracts.
I
16 ,
I
' By submission of this bid/proposal or the execution of this contract, or subcontract, as
appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited
from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306
' of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph
(1) of this Section X in every subcontract, and further agrees to take such action as the
contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION
This provision is applicable to all Federal-aid construction contracts, design-build contracts,
' subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts
or any other covered transaction requiring FHWA approval or that is estimated to cost$25,000
or more— as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the
certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result
in denial of participation in this covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective first tier participant to
furnish a certification or an explanation shall disqualify such a person from participation in this
transaction.
c. The certification in this clause is a material representation of fact upon which reliance was
placed when the contracting agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government, the contracting agency may
terminate this transaction for cause of default.
' d. The prospective first tier participant shall provide immediate written notice to the
contracting agency to whom this proposal is submitted if any time the prospective first tier
' participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
' "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction
between a grantee or subgrantee of Federal funds and a participant(such as the prime or
1 17
I
i
general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a
First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the
participant who has entered into a covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant
who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or
contracting agency, entering into this covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.qov/), which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a
system of records in order to render in good faith the certification required by this clause. The
knowledge and information of the prospective participant is not required to exceed that which is
normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant
in a covered transaction knowingly enters into a lower tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default. ,
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion '
— First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it '
and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
111
voluntarily excluded from participating in covered transactions by any Federal department or
agency;
18 '
I
1 (2) Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in connection
with obtaining, attempting to obtain, or performing a public (Federal, State or local)transaction
or contract under a public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
1 (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity(Federal, State or local)with commission of any of the offenses enumerated in paragraph
' (a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more
public transactions (Federal, State or local)terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
' 2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior
FHWA approval or estimated to cost$25,000 or more -2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the
certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower
tier participant knowingly rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person
to which this proposal is submitted if at any time the prospective lower tier participant learns that
its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant,"
"person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR
Parts 180 and 1200. You may contact the person to which this proposal is submitted for
assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to
any covered transaction between a grantee or subgrantee of Federal funds and a participant
' (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any
covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a covered transaction with a grantee
or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
1
' 19
I
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier
covered transactions and in all solicitations for lower tier covered transactions exceeding the
$25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant is responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of
its principals, as well as the eligibility of any lower tier prospective participants, each participant
may, but is not required to, check the Excluded Parties List System website
(https://www.epls.qov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system ,
of records in order to render in good faith the certification required by this clause. The
knowledge and information of participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings. I
i. Except for transactions authorized under paragraph e of these instructions, if a participant in
a covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction,
in addition to other remedies available to the Federal Government, the department or agency
with which this transaction originated may pursue available remedies, including suspension
and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--
Lower
Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it ,
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participating in covered transactions by any Federal department or
agency. '
2. Where the prospective lower tier participant is unable to certify to any of the statements in
this certification, such prospective participant shall attach an explanation to this proposal.
* * * * *
I
I
20 '
I
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal aid construction contracts and to all related
subcontracts which exceed $100,000 (49 CFR 20).
' 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the
best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal contract,
the making of any Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment, or modification
' of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any
' person for influencing or attempting to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member of
Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when
' this transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file
the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
I
1
I
' 21
t
ATTACHMENT A- EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD111
CONTRACTS
This provision is applicable to all Federal-aid projects funded under the Appalachian Regional
Development Act of 1965. 1
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. I
2. The contractor shall place a job order with the State Employment Service indicating (a)the
classifications of the laborers, mechanics and other employees required to perform the contract
work, (b)the number of employees required in each classification, (c)the date on which the
participant estimates such employees will be required, and (d) any other pertinent information
required by the State Employment Service to complete the job order form. The job order may
be placed with the State Employment Service in writing or by telephone. If during the course of
the contract work, the information submitted by the contractor in the original job order is
substantially modified, the participant shall promptly notify the State Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by
the State Employment Service. The contractor is not required to grant employment to any job
applicants who, in his opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State
Employment Service, the State Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number requested, the State Employment Service
will forward a certificate to the contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent project records. Upon receipt of
this certificate, the contractor may employ persons who do not normally reside in the labor area
to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c)
above.
5.The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual '
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in
every subcontract for work which is, or reasonably may be, done as on-site work.
22 '
I
I
AMENDMENT
IREQUIRED CONTRACT PROVISIONS
(Exclusive of Appalachian Contracts)
IFEDERAL-AID CONSTRUCTION CONTRACTS
IThe Federal—Aid provisions are supplemented with the following:
XII. Cargo Preference Act
1 1. U.S. Department of Transportation Federal Highway Administration memorandum dated
December 11, 2015 requires that all federal-aid highway programs awarded after February
15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7
I
(a)-(b).
I
I
I
I
I
I
I
I
I
I
Amendment to Form FHWA 1273
IRevised January 25, 2016
1
APPENDIX D: Prevailing Wages & Benefit Code Key
1
1
I8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
General Decision Number: WA18OOO1 08/10/2018 WA1
II
Superseded General Decision Number: WA2O17OOO1
State: Washington
II Construction Type: Highway
1 YP g Y
ICounties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
IINote: Under Executive Order (EO) 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
II awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the EO, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.35 per hour (or the applicable wage
' rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2018. The EO minimum wage rate will be adjusted annually.
II Please note that this EO applies to the above-mentioned types
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,
II including those set forth at 29 CFR 5.1(a)(2)-(60). Additional
information on contractor requirements and worker protections
under the EO is available at www.dol.gov/whd/govcontracts.
IModification Number Publication Date
0 01/05/2018
1 01/12/2018
II 2 02/23/2018
3 03/16/2018
4 06/29/2018
5 08/10/2018
IICARPOOO1-008 06/01/2017
I Rates Fringes
CARPENTER
GROUP 1 $ 32.32 16.14
II GROUP 2 $ 43.42 18.44
GROUP 3 $33.41 16.14
GROUP 4 $ 32.32 16.14
GROUP 5 $ 75.16 16.14
GROUP 6 $ 36.58 16.14
GROUP 7 $ 37.58 16.14
GROUP 8 $ 34.41 16.14
GROUP 9 $ 40.58 16.14
IICARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
IIGROUP 2: Millwright, machine erector
I
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 1/37
8/13/2018 . https://www.wdol.gov/wdol/scafileskiavisbacon/WAtdvb?v=5
material, on all piling
GROUP 4: Bridge carpenters I
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator I
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 I
ZONE PAY:
ZONE 1 0-48 MILES FREE
ZONE 2 41-65 MILES $2.25/PER HOUR
ZONE 3 66-108 MILES $3.25/PER HOUR
ZONE 4 OVER 100 MILES $4.75/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main 11
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (302 N. 7ACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-108 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
I/
0-25 feet Free
26-300 feet $1.80 per Foot
SATURATION DIVING:
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
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
https://www.wdolgovhAdol/scafiles/davisbacon/WAl.dvb?v=5 ov/wdoUscafiles/davisbaconJWAl.dvb
?v=5 2/37
1
111
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
HAZMAT PROJECTS:
IIAnyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
IIfollows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
II minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
I respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
Ia chemical "splash suit".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
IIor a supplied air line.
CARP0003-006 10/01/2011
IISOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
II 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
II ZONE 1:
I
Rates Fringes
Carpenters:
II CARPENTERS $ 32.04 - 14.18
DIVERS TENDERS $ 36.34 14.18
DIVERS $ 77.08 14.18
DRYWALL $ 27.56 14.18
II MILLWRIGHTS $ 32.19 14.18
PILEDRIVERS $ 33.04 14.18
DEPTH PAY:
1 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
I Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
II Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
II 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
11 that point.)
ZONE 1: Projects located within 30 miles of the respective
Ihttps://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 3/37
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WAI.dvb7v=5 II
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 cityof the above mentioned cities
p
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 respectedII
city of the above mentioned cities
CARPO77O-083 06/01/2015 1
Rates Fringes
CARPENTER I
CENTRAL WASHINGTON:
CHELAN, DOUGLAS (WEST OF
THE 120TH MERIDIAN), .
KITTITAS, OKANOGAN (WEST II '
OF THE 120TH MERIDIAN) AND
YAKIMA COUNTIES
CARPENTERS ON CREOSOTEII
MATERIAL $ 40.46 13.66
CARPENTERS $ 40.36 13.66
DIVERS TENDER $ 35.02 14.00
DIVERS $ 73.44 14.00' II
MILLWRIGHT AND MACHINE
ERECTORS $ 41.86 13.66
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING %
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING $ 40,61 13.66
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL II
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 II
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
II
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay: 1
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hourII
46-55 radius miles $1.35/hour .
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT11
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center II
https://www.wdol.gov/wdol/scaflles/davisbacon/WA1.dvb?v=5 4/37
II
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Zone Pay:
11 0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
CARP0770-006 06/01/2016
Rates Fringes
III CARPENTER
WESTERN WASHINGTON:
II CLALLAM, GRAYS HARBOR,
ISLAND, JEFFERSON, KING,
KITSAP, LEWIS (excludes
piledrivers only), MASON,
II PACIFIC (North of a
straight line made by
extending the north
boundary line of Wahkiakum
II County west to the Pacific
Ocean), PIERCE, SAN JUAN,
SKAGIT, SNOHOMISH,
THURSTON AND WHATCOM
II COUNTIES
BRIDGE CARPENTERS $ 40.92 14.59
CARPENTERS ON CREOSOTE
MATERIAL $ 40.46 13.66
II CARPENTERS $ 40.92 14.59
DIVERS TENDER $ 44.67 13.66
DIVERS $ 93.56 13.66
MILLWRIGHT AND MACHINE
ERECTORS $ 41.86 13.66
1 II 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
II Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen-Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
II46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
II
Hourly Zone Pay shall be computed from Seattle Union Hall,
IIhttps://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 5/37
8/13/201 S
https://www.wdolgov/wdoliscaliles/davisbacon/WAl.dvb?v=5 i
Tacoma City center, and Everett City center
Zone Pay: i
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
ELECO046-001 02/05/2018
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES 1
Rates Fringes
CABLE SPLICER $ 46.87 3%+15.96
ELECTRICIAN $ 50.09 3%+20.21
* ELECO048-003 01/01/2018 I
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes I
CABLE SPLICER $ 44.22 21.50
ELECTRICIAN $ 42.60 22.75
II
HOURLY ZONE PAY:
Hourly Zone Pay. shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour II
Zone 3: 71-90 miles ' $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne 11
Street Atlas USA 2006 plus.
ELECOO48-029 01/01/2018
COWLITZ AND WAHKIAKUM COUNTY11
Rates Fringes
CABLE SPLICER $ 44.22 21.50
ELECTRICIAN $ 42.60 22.75 II
ELECOO73-001 01/01/2018
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN 11
COUNTIES
Rates . Fringes II
•
CABLE SPLICER $ 34.10 16.68
ELECTRICIAN $ 33.25 18.40
https:Uwww.wdoLgov/wdoUscafiles/davisbacon/WA1.dvb?v=5 6/37
III
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
ELEC0076-002 01/01/2018
IIGRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
II Rates Fringes
CABLE SPLICER $ 40.05 24.49
IIELECTRICIAN $ 40.78 23.01
* ELEC0112-005 06/01/2018
•
I
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
IRates Fringes
CABLE SPLICER $ 45.68 20.60
IIELECTRICIAN $ 43.50 20.54
* ELEC0191-003 06/01/2018
IIISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
II CABLE SPLICER $ 44.23
$ 17.73
ELECTRICIAN 44.95 21.42
* ELEC0191-004 06/01/2018
11 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
II
Rates Fringes
CABLE SPLICER $ 40.82 17.63
ELECTRICIAN $ 42.45 21.34
ENGI0302-003 06/01/2017
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
II 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
1
Zone 1 (0-25 radius miles):
II
Rates Fringes
I
POWER EQUIPMENT OPERATOR
Group 1A $ 41.90 19.20
Group 1AA $ 42.52 19.20
I Group 1AAA $ 43.13 19.20
Group 1 $ 41.29 19.20
Group 2 $ 40.76 19.20
Group 3 $ 40.29 19.20
I , . Group 4 $ 37.70 19.20
Zone Differential (Add to Zone 1 rates):
' https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 7/37
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
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 1AAA - Cranes-over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom,
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers-self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump-truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders-overhead under 6 yards; Loaders-plant
feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant;
Motor patrol graders-finishing; Piledriver (other than
11
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Saeger,
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
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 8J37
II8/13/2018 https://www.wdol.gov/wdoliscafiles/davisbaconMIAl.dvb?v=5
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
II under
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes-A frame-10 tons
II 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
11 operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller-other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
11 HANDLING OF HAZARDOUS WASTE MATERIALS:
II 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
I outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
IIoutfitted with protective clothing
H-2 Class "C" Suit - Base wage rate plus $ .25 per hour.
IIH-3 Class "B" Suit - Base wage rate plus $ .50 per hour.
H-4 Class "A" Suit - Base wage rate plus $ .75 per hour.
* ENGIO37O-002 06/01/2018
I ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
IIAND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
IIRates Fringes
POWER EQUIPMENT OPERATOR
I
GROUP 1 $ 27.51 15.95
GROUP 2 $ 27.83 15.95
GROUP 3 $ 28.44 15.95
GROUP 4 $ 28.60 15.95
I
GROUP 5 $ 28.76 15.95
GROUP 6 $ 29.04 15.95
GROUP 7 $ 29.31 15.95
GROUP 8 $ 30.41 15.95
IIZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
IIZone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
I
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
https://www.wdoi.gov/wdoi/scafiles/davisbacon/WA1.dvb?v=5 9/37
8/13/2018 https://www.wdoi.gov/wdoUscafiles/davisbacon/WA1.dvb?v=5
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler-Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A-frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra-lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable-concrete);
Pavement Breaker, Hydra-Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A-frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt-Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt-type Loader (Euclid, Barber Green
& similar); Elevating Grader-type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); 11
Rubber-tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re-screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
https://www.wdoi.gov/wdoi/scafiles/davisbaconNVAl.dvb?v=5 1037 11
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=5
Equipment(8 inch bit & over) (Robbins, reverse circulation
II
& 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
IIGROUP 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
II & 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
II 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
II & 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
IIequipment; 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,
II
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
II
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
I
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
I
(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
II 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
II
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
I II yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
II 180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
IIIn 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.
II
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
1 II
ENGIO612-012 06/01/2018
Ihttps:/lwww.wdol.gov/wdol/scafiles/davisbaconlWAl.dvb?v=5 11/37
8/13/2018 https:/1www.wdol.govMrdaUscafilesidavisbaconNVA1.dvb?va5
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 98% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. '.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1A $ 44.43 19.15
GROUP IAA $ 45.09 19.15
GROUP 1AAA $ 45.73 19.15 •
GROUP,1 $ 43.79 19.15
GROUP 2 $ 43.24 19.15
GROUP 3 $ 42.74 19.15
GROUP 4 $ 40.82 19.15
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 r
GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 380 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom '
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane-overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders-overhead, 8 yards and over; Shovels,
excavator, backhoes-6'yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane-overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards;;- Hard tail end dump articulating off-road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers-
self-propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator- '
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane-Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump-truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders-plant feed; Locomotives-all; Mechanics- all;
https://www.wdol.govlwdoUscafiles/davisbacon/WA1.dvb?v=5 12/37
•
1
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Mixers, asphalt plant; Motor patrol graders, finishing;
II 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
11 off-road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
1 Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments; a
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
I
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders-elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump-Concrete; Roller, plant mix or multi-lfit materials;
II Saws-concrete; Scrapers, concrete and carry all; Service
engineers-equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
I
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine-laser screed; Cranes A-frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts-under 3000 lbs. with attachments;
1 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
I
Bellman; Roller-other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
I
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
1 the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
1 excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
IHANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
I 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.
IIH-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class "D" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class "C" Suit - Base wage rate plus $1.00 per hour.
H-3 Class "B" Suit - Base wage rate plus $1.50 per hour.
H-4 Class "A" Suit - Base wage rate plus $2.00 per hour.
IENGI0701-002 01/01/2018
II https://wwwwdolgov/wdol/scafiles/davisbaconNVA1.dvb?v=5
13/37
8/13/2018 https://www.wdol.gov/wdoUscafiles/davisbacon/WA1.dvb?v=5 II
CLARK, COWLITZ, KLICKKITAT, PACIFIC, (SOUTH), SKAMANIA, AND
I
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
II
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP 1 $ 41.65 14.35 II
GROUP 1A...4. $ 43.73 14.35
GROUP 1B $ 45.82 14.35 IIGROUP 2 $ 39.74 14.35
GROUP 3 $ 38.59 14.35
GROUP 4 $ 37.51 14.35
GROUP 5 $ 36.27 14.35 IIGROUP 6 $ 33.05 14.35
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00 IIZone 3 - $6.00
For the following metropolitan counties: MULTNOMAH; .
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; '.
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
. INDICATED: '
All jobs or projects located in Multnomah, Clackamas and I Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
II
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 1
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50. miles from the
II
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE; 1
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
II
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above 11
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the II
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS II
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 14/37
f
II
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=5
I 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
11 (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
II (200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
II (200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 1A
1 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
II 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
II
work radius
Group 1B
II 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
IIhundred (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
II (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
I 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,
II 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
I (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)
II 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
1 work; Wheel Excavator any size
Group 3
II Bulldozer, over seventy thousand (70,000), lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 15/37
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=5
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
over eighty thousand (80,000) lbs. through one hundred •
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4 1
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt, 11
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable-Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi-engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel-Electric 11
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade-all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self-unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired
Dozers and Pushers; Scraper, all types; Side-Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber-tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5 1
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
https://www.wdol.gov/wdollscafiles/davisbacon/WA1.dvb?v=5 16/37
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Machine; Churn Drill and Earth.Boring Machine; Compactor,
II self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch. Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
I 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
1 capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
11 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
II
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
II 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
II
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.
IIGroup 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
II
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
1 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
IIgrading (not asphalt); Truck, Crane Oiler-Driver
IRONOO14-005 07/01/2017
IIADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IIIRONWORKER $ 32.64 25.06 ,
IRONOO29-002 07/01/2015
lil II CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 17/37
II
8/13/2018 https://www.wdolgov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Rates Fringes II
IRONWORKER $ 34.12 23.04
IRON0086-002 07/01/2017 i
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes 2 1
IRONWORKER $ 32.64 25.06
IRON0086-004 07/01/2017 II
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES II
Rates Fringes
II
IRONWORKER $ 40.52 25.21
LAB00238-004 06/01/2018
II
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, I
STEVENS & WHITMAN COUNTIES
IIRates Fringes
LABORER (PASCO)
GROUP 1 $ 24.84 12.35
GROUP 2 $ 26.94 12.35
GROUP 3 $ 27.21 12.35
GROUP 4 $ 27.48 12.35
GROUP 5 $ 27.76 12.35II
LABORER (SPOKANE)
GROUP 1 $ 24.84 12.35
GROUP 2 $ 26.94 12.35
II
GROUP 3 $ 27.21 12.35 /'
GROUP 4 $ 27.48 12.35
GROUP 5 $ 27.76 12.35
Zone Differential (Add to Zone 1 rate): $2.00 I
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office. I/
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS 1
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and I/
maintenance of barricades, signs and relief of flagperson); •
Window Washer/Cleaner (detail cleanup, such as, but not
I limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner) II
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 18/37
t
II
8/13/2018 , https:// www.wdoi.gov/wdoi/scafiles/davisbaconM/A1.dvb?v=5
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; •
II Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (toinclude stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
II 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
II reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class "A" (to include
all bull gang, concrete crewman, dumpman and pumperete
' crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well-Point Man;
1 II
All Other Work Classifications Not Specially Listed Shall
II
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non-mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator); Jackhammer
Operator; Miner, Class "B" (to include brakeman, finisher,
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
I 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;
II
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);
II
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
II 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);
II 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
II include working to man/ caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
https://www.wdol.gov/wdoi/scafiles/davisbacon/WA1.dvb?v=5 19/37
8/13/2018 https://www.wdolgov/wdol/scatiles/davisbacon/WAtdvb?v=5
ov/wdol/scafiles/davisbacon/WA1.dvb?v=5
ttp g
•
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)
LA000238-006 06/01/2018
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN •
Rates Fringes
Hod Carrier $ 26.94 12.35
* LAB00252-010 06/01/2018
CLALLAM, GRAYS HARBOR, 3EFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
II
Rates Fringes
LABORER
GROUP 1 $ 26.05 11.59
GROUP 2 $ 29.83 11.59
GROUP 3 $ 37.27 11.59
GROUP 4 $ 38.19 • 11.59
GROUP 5 $ 38.80 11.59
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. 11
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
I/
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
hall11
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25 1
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
11
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to •
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 2017 11
I/ 8/13/2018 httP s://www.wdol. ov/wdol/scafiles/davisbacon/WA1.dvb?v=5
9
final acceptance by the owner)
IIGROUP.2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
I 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
II 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
II 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
ILaborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
IIClary 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
II 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
I
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
II 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
I glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
1 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).
* LABOO292-008 06/01/2018
IIISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates Fringes
11 LABORER
GROUP 1 $ 26.09 11.59
GROUP 2 $ 29.83 11.59
II GROUP 3 $ 37.27 11.59
GROUP 4 $ 38.19 11.59
GROUP 5 $ 38.80 11.59
II BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON ,
i
IIhttps://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 21/37
8/13/2018 https:!/www.wdoi.gov/wdoNscafilesldavisbaconNVA1.dvb?v=5
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 II
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical "splash suit" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer 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
provided in conjunction with a chemical "splash suit");
High Scaler; jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when 11
using combination of high pressure air and water on
11
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);
https://www.wdoi.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 • 22/37 11
I/
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Spreader (concrete); Tamper and Similar electric, air and
II glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
II 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
IIbreathing apparatus or a supplied air line).
* LAB00335-001 06/01/2018
I 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
II
Rates Fringes
II Laborers:
ZONE 1:
GROUP 14 $ 31.72 11.49
GROUP 2 $ 32.38 11.49
II GROUP 3 $ 32.87 11.49
GROUP 4 $ 33.29 11.49
GROUP 5 $ 28.98 11.49
GROUP 6 $ 26.31 11.49
IGROUP 7 $ 22.78 11.49
Zone Differential (Add to Zone 1 rates):
II Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
IIBASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
I 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.
II 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.
1 LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
II 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,
I 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
II 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
II 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;.
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 23/37
8/13/2018 ttp gh s://www.wdol. ov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight-Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an11
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping;. Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill •
Operators, air tracks, cat drills, wagon drills,
rubber-mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring-down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders 1
GROUP 7: Landscaping or Planting Laborers
LAB00335-019 09/01/2013
Rates Fringes I
Hod Carrier $ 30.47 10.05
* LAB00348-003 06/01/2018 1
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES I
Rates Fringes
LABORER 1
GROUP 1 $ 22.23 11.59
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 24/37
I/ 8/13/2018 https://www.wdoi.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
GROUP 2 $ 25.48 11.59
II GROUP 3 $ 27.89 11.59
GROUP 4 $ 28.56 11.59
GROUP 5 $ 29.04 11.59
I BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
I 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
II 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
IIBASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
II 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
II 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
IIfinal acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
IGROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
II 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
II 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
II air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
II
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.);
II
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
II
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");
https://www.wdoi.gov/wdol/scafiles/davisbacon/WA1_dvb?v=5 25/37
8/13/2018 https://www.wdolgov/wdol/scafiles/davisbacon/INAl.dvb?v=5
ov/wdol/scaflies/davisbaconlWAl.dvb?v=5
ttP 9
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person-sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
11
LAB00440-001 06/01/2017
KING COUNTY I
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 I
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
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) I
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
https://www.wdol.gov/wdoUscafiles/davisbacon/WA1.dvb?v=5 26/37 1
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
Flagman; Pilot Car
IGROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
I 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
II 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
I'I 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
I 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
I 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
I 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);
I 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
IIGROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
II
breathing apparatus or a supplied air line).
PAIN0005-002 07/01/2017
IISTATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
IIRates Fringes
Painters:
ISTRIPERS $ 29.50 15.43
PAIN0005-004 03/01/2009 ,
I CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
I Rates Fringes
es
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 27/37
II
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 1
PAINTER $ 20.82 7.44
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
11
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting $ 30.19 11.71
Over 30'/Swing Stage Work $ 22.20 7.98
Brush, Roller, Striping,
Steam-cleaning and Spray $ 22.94 11.61
Lead Abatement, Asbestos
Abatement $ 21.50 7.98
*$.70 shall be paid over and above the basic wage rates t
listed for work on swing stages and high work of over 30
feet.
1
* PAIN0055-083 07/01/2018
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes 1,
PAINTER
Brush & Roller $ 23.51 11.94
High work - All work 60
ft. or higher $ 24.26 11.94
Spray and Sandblasting $ 23.51 11.94
* PAIN0055-006 07/01/2018 1
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes 1
Painters:
HIGHWAY & PARKING LOT
STRIPER $ 35.02 12.06
PLAS0072-004 06/01/2018
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 28/37
II8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
ZONE 1 $ 29.07 14.13
I/ Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
I Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
II
* PLA50528-001 06/01/2018
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
1 II
CEMENT MASON
CEMENT MASON $ 42.63 17.44
COMPOSITION, TROWEL
II MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE $ 43.13 17.44
TROWLING MACHINE OPERATOR
II
ON COMPOSITION $ 43.13 17.44 '
PLAS0555-002 06/01/2017
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD $ 32.87 17.62
II
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD $ 32.87 17.62
CEMENT MASONS $ 31.50 17.62
II
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS $ 32.19 17.62
Zone Differential (Add To Zone 1 Rates):
II Zone 2 $0.65
Zone 3 - 1.15
Zone 4 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
i 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.
I 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
II
https://www.wdol.gov/wdol/scafiles/davisbaconlWA1.dvb?v=5 29/37
i
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
TEAM0037-002 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
1
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 I
ZONE 1: Projects within 30 miles of the respective city
hall. I
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts .
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo �.
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver-Straddle Carrierused in loading,
g,
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 30/37
I8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
unloading and transporting of materials on job site); Oil
II Distributor Driver or Leverman; Transit mix and wet or dry
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
IIGROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
II including 30 cu. yds. includes Articulated Dump Trucks;
Self-Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
I Mechanic-Welder-Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations /
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
I bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
II GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
' includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
II yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
II * TEAM0174-001 01/01/2017
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
1 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
II
Rates Fringes
II Truck drivers:
ZONE A:
GROUP 1• $ 34.13 18.57
GROUP 2• $ 33.29 18.57
II GROUP 3*
$ 30.48 18.57
GROUP 4*
$ 25.51 18.57
GROUP 5• $ 33.68 18.57
II 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
II $1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 31/37
8/13/2018 https://www.wdol.gov/wdollscafiles/davisbacon/WAI.dvb?v=5
following listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA I
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON 1
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A-frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or "Hydralift" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four-Wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer; Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four-wheeled power tractor with trailer and similar
top-loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi-trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, 11
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);
Vacuum truck; Water Wagon and Tank trucks-less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and :
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car I
GROUP 5 - Mechanic
HAZMAT PROJECTS I
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical "splash suit."
https://www.wdolgovividoliscafiles/davisbacon/WAl.dvb?v=5 32/37 11
I8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
LEVEL A: +$.75 per hour - This level utilizes a fully-
I encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
ITEAMO69O-004 06/01/2017
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
I OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
IRates Fringes
Truck drivers: (AREA 1:
II SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
I Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
I Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
I Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1 $ 21.82 17.30
II GROUP 2 $ 24.09 17.30
GROUP 3 $ 24.59 17.30
GROUP 4 $ 24.92 17.30
I GROUP 5 $ 25.03 17.30
GROUP 6 $ 25.20 17.30
GROUP 7 $ 25.73 17.30
GROUP 8 $ 26.09 17.30
I AREA 2:
GROUP 1 $ 23.96 17.30
GROUP 2 $ 26.20 17.30
GROUP 3 $ 26.71 17.30
I GROUP 4 $ 27.04 17.30
GROUP 5 $ 27.15 17.30
GROUP 6 $ 27.15 17.30
GROUP 7 $ 28.05 17.30
IGROUP 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
ITRUCK DRIVERS CLASSIFICATIONS
I 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
I under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber-tired,
Ihttps://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 33/37
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
pulling trailer or similar equipment)
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber-tired Tunnel )umbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi-Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck-Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel-power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction,
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 • 34/37 11
I8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
I/ NOTE:
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
I
WELDERS - Receive rate prescribed for craft performing
IIoperation to which welding is incidental.
II 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
IIcontract 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
I 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
II 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
Iis available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
II 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
II The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
IIorder 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).
IIUnion Rate Identifiers
A four letter classification abbreviation identifier enclosed
II 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:
I 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
II 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,
I 2014.
Union prevailing wage rates are updated to reflect all rate
11 https://www.wdol.gov/wdol/scafiles/davisbacon/WAl.dvb?v=5 . 35/37
8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5
•
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
, classification. As this weighted average rate includes all •
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-807 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates11
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 11
date for the classifications and.rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
•
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the I
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, 8810 in
the example, is an internal number used in producing the wage
determination. 08/29/2814 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: I
* 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
https://www.wdol.gov/wdot/scaflles/davisbacon/WA1.dvb^r v=5 36/37 11
1 8/13/2018 https://www.wdol.gov/wdol/scafiles/davisbaconMIA1.dvb?v=5
Branch of Construction Wage Determinations. Write to:
IBranch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
1 200 Constitution Avenue, N.W.
Washington, DC 20218
2.) If the answer to the question in 1.) is yes, then an
II 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:
1 Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
1 II The request should be accompanied by a full statement of the
interested party's position and by any information (wage
II
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
1 interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
I U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
IIEND OF GENERAL DECISION
1
II
1
1
II
1
II
https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=5 37/37
I
IState of Washington
Department of Labor & Industries
I Prevailing 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 of fringe
benefits. On public works projects, worker's wage and benefit rates must add to not less than this
Itotal. A brief description of overtime calculation requirements are provided on the Benefit Code
Key.
I JourneyLevel PrevailingWage Rates for the Effective Date: 09/11/2018
9
ICounty. Trade Job Classification Vige Holiday Overtime Note
King Cement Masons Journey Level $60.07 j® IM
King Electricians- Inside Cable Splicer $77.51 lc E
IKing Electricians - Inside Cable Splicer(tunnel) $82.84 7ta 4E
King Electricians - Inside Certified Welder $74.90 ic 4E
IKing Electricians - Inside Certified Welder (tunnel) $80.37 gKing Electricians - Inside Construction Stock Person $39.69 ,7c 4E
King Electricians - Inside Journey Level $72.30 LC 4E
King Electricians - Inside Journey Level (tunnel) $77.51 Lc Electricians- Powerline Cable Splicer $79.43 5A 42
Construction
I King Electricians- Powertine Certified Line Welder $69.75 42
Construction
King Electricians- Powerline Groundperson $46.28 A 4Q
I Construction
King Electricians- Powerline Heavy Line Equipment Operator $69.75 5A 42
Construction
I King Electricians- Powerline Journey Level Lineperson $69.75 A 42
Construction
King Electricians - Powerline Line Equipment Operator $59.01 ,A 42
Construction
King Electricians - Powerline Meter Installer $46.28 A 4Q $1o(
Construction
I King Electricians- Powerline Pole Sprayer $69.75 4Q
Construction
King Electricians- Powertine Powderperson $52.20 itt 412
Construction
I King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5A i$
Products Work Only
King Fence Erectors Fence Erector $41.45 7A l_I
IKing Fence Erectors Fence Laborer $41.45 LA II
King Fiaggers Journey Level $41.45 za 1
IKing Industrial Power Vacuum Cleaner Journey Level $11.50 1King Ironworkers Journeyman $69.28 7N 1Q
I
I
King Laborers Air, Gas Or Electric Vibrating $48.90 Z 31
Screed 1
King Laborm Airtrac Drill Operator $50.42 LA 31
King Labor= Ballast Regular Machine $48.90 7A 31
King Laborers Batch Weighman $41.45 7A 31
King Lamm Brick Pavers $48.90 JA 3.1
King Laborers Brush Cutter $48.90 L 31
King Laborers Brush Hog Feeder $48.90 JA 3 1
King Laborers Burner $48.90 L 31
King Laborers Caisson Worker $50.42 L 31
King Laborers _Carpenter Tender $48.90 7A 31
King Laborers Caulker $48.90 ],A 31
King Laborers Cement Dumper-paving $49.81 LA 31 1
King Laborers Cement Finisher Tender $48.90 7A 31
King Laborers Change House Or Dry Shack $48.90 Z 31
King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31
King ).aborers Chipping Gun(30 Lbs.And Over) $49.81 ZA 31
King J Choker Setter $48.90r lA 31
King Laborers Chuck Tender $48.90 LA 3
King Laborers Clary Power Spreader $49.81 LA 3
King Laborers Clean-up Laborer $48.90 IA 31
King Laborers Concrete Dumper/chute Operator $49.81 LA 31
King Laborers 'Concrete
Form Stripper $48.90 JA 3
King Laborers Concrete Placement Crew $49.81 7A 3 I
King Laborers Concrete Saw Operator/core $49.81 LA 31
Driller
King Laborers, Crusher Feeder $41.45 ZA 3 I
King Laborers Curing Laborer $48.90 7A 3
King Laborers Demolition: Wrecking£t Moving $48.90 7A 31
(incl. Charred Material) 111
King Laborers Ditch Digger $48.90 7A 31
King Laborers Diver $50.42 ZA 3
King Laborers Drill Operator(hydraulic,diamond) $49.81 7A 31
King Laborers Dry Stack Watts $48.90 7A 3
King Laborers Dump Person $48.90 LA 3
King Laborers Epoxy Technician $48.90 7A 31 111
King Laborers Erosion Control Worker $48.90 ]A 31
King Laborers Faller&Bucker Chain Saw $49.81 ZA 3 1
King Laborers Fine Graders $48.90 jA 31
King Laborers Firewatch $41.45 LA 3.1
King Laborers Form Setter $48.90 ]A 31
King Laborers, Gabian Basket Builders $48.90 ZA 31
King Laborers General Laborer $48.90 7A 31
King Laborers Grade Checker&Transit Person $50.42 7A 31 I
King Laborers Grinders $48.90 ,71 3.1
King Laborers Grout Machine Tender $48.90 7A 3.1
King Laborers Groutmen (pressure)including Post $49.81 7A 31
I
1
I
Tension Beams
IKing Laborers Guardrail Erector $48.90 TA 21
King Laborers Hazardous Waste Worker(level A) $50.42 Z 31
King Laborers Hazardous Waste Worker(level B) $49.81 ZA3.1
King Laborers Hazardous Waste Worker(level C) $48.90 M 21
King Laborers High Scaler $50.42 ]A 31
1 ,King Laborers Jackhammer $49.81 LA 31.
King Laborers Laserbeam Operator $49.81 7A 31
King Laborers Maintenance Person $48.90 _7A 31
King Laborers Manhole Builder-mudman $49.81ZA
1
King Laborers Material Yard Person $48.90 ZA 31
King Laborers Motorman-dinky Locomotive $49.81 LA 31
1 ' King Laborers, Nozzleman (concrete Pump, $49.81 ZA 31
Green Cutter When Using
Combination Of High Pressure Air
&Water On Concrete&t Rock,
Sandblast, Gunite, Shotcrete,
Water Bla
I
King Laborers Pavement Breaker $49.81 ZA 1(
King Laborers Pilot Car $41.45 ZA 31
King Laborers Pipe Layer Lead $50.42 LA 31
King Laborers Pipe Layer/tailor $49.81 ZA 31
King Laborers Pipe Pot Tender $49.81 LA 311 •
King Laborers Pipe Reliner $49.81 ZA 21
King Laborers Pipe Wrapper $49.81 JA 21 i
King Laborers Pot Tender $48.90 7A 31
King Laborers Powderman $50.42 7A 31
King Laborers Powderman's Helper $48.90 _7A 31
King Laborers Power Jacks $49.81 JA 31
I King Laborers Railroad Spike Puller- Power r $49.81 ZA31
King Laborers Raker-Asphalt $50.42 7A 31
King Laborers Re-timberman $50.42 _7A 31
I King Laborers Remote Equipment Operator $49.81 LA 31
King Laborers Rigger/signal Person $49.81 7A
King Laborers Rip Rap Person $48.90 M 31
King Laborers Rivet Buster $49.81 7A 31
King Laborers Rodder $49.81 LA I1_
King Laborers Scaffold Erector $48.90 L
King Laborers Scale Person $48.90 LA 3
King Laborers Sloper(over 20") $49.81 _7A 31
I King Laborers Sloper Sprayer $48.90 ZA 31
King Laborers Spreader(concrete) $49.81 LA 2
King Laborers Stake Hopper $48.90 _7A 31 _
King Laborers Stock Piler $48.90 7A 31
King Laborers Tamper&Similar Electric, Air& $49.81 LA 31
Gas Operated Tools
I King Laborers Tamper(multiple&Self- $49.81 ]A 31
propelled)
I
1
King Laborers Timber Person -Sewer(lagger, $49.81 ZA 31
Shorer Ft Cribber) I
King Ulu= Toolroom Person (at Jobsite) $48.90 ZA 31
King Liturat Topper $48.90 ZA
King Laborers Track Laborer $48.90 ZA 31 I
_King Laborers Track Liner(power) $49.81 ZA 31
King Laborers Traffic Control Laborer $44.33 M 3! $R
King Laborers Traffic Control Supervisor $44.33 ZA I! El I
King Law= Truck Spotter $48.90 M li
King Laborers Tugger Operator $49.81 7A 31
King Laborers Tunnel Work-Compressed Air $107.60 ZA '.L $Q
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $112.63 ZA z J;Q
Worker 30.01-44.00 psi
King Laborers Tunnel Work-Compressed Air $116.31 ZA }J, $S2
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $122.01 ZA 31 El I
Worker 54.01-60.00 psi
King LaborersTunnel Work-Compressed Air $124.13 ZA 31 E 111
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $129.23 ZA 31 lig,
Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed Air $131.13 7A 1 J}Q
Worker 68.01-70.00 psi
King Labirga Tunnel Work-Compressed Air $133.13 ZA 1 $Q
Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed Air $135.13 7A al AQ
Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 $Q I
Tender
King Laborers Tunnel Work-Miner $50.52 LA 31 $Q
King Labs= Vibrator $49.81 LA 3 f
King Laborers Vinyl Seamer $48.90 LA 31
King Laborers Watchman $37.67 LA 31
King Laborers Welder $49.81 ZA
King Laborers Well Point Laborer $49.81 7A I
King Laborers Window Washer/cleaner $37.67 LA IL
King Laborers-Underground Sewer&4 General Laborer&t Topman $48.90 ZA .
Water
King Laborers-Underground Sewer El Pipe Layer $49.81 ZA I
Water
King Labbsope Construction Landscape Laborer $37.67 LA 1 _
King Landscape Construction Landscape Operator $59.49 LA IR I
King Power Equipment Q erators Asphalt Plant Operators $60.49 ZA x J
King Power Equiperators Assistant Engineer $56.90 LA l $P
King Power Equipment Q erg Barrier Machine(zipper) $59.96 LA x $P I
King Power EQ0,1 -Q erg Batch Plant Operator, Concrete $59.96 LA x $P
King Power Egjjpment Operators Bobcat $56.90 7A if le
King Power Equipment Operators Brokk- Remote Demolition $56.90 ZA K BE I
Equipment
1
I
I
King Power Equipment Operators Brooms $56.90 7A X $E
IKing Power Equipment Operators Bump Cutter $59.96 ZA 3..c BE
M Po. -r • i•ment Opera ors Cableways $60.49 Iwo K B
I Mil Power E.ui•ment O•er•_ ors Chipper $59.960. $P
miN P. r E. i• t r••t Compressor $56.90 ZA It $P
Power Equipment Operators Concrete Pump:Truck Mount With $60.49 7A Xsi
i
Boom Attachment Over 42 M
I King Power Equipment Operators Concrete Finish Machine-laser $56.90 7A ic $,Q
Screed
King Power Equipment O erp ators Concrete Pump -Mounted Or $59.49 7A X BE
Trailer High Pressure Line Pump,
Pump High Pressure.
King Power Equim n r 123 Concrete Pump:Truck Mount With $59.96 ZA X $P
IBoom Attachment Up To 42m
King Power Equjpment O era Conveyors $59.49 7A XC $Q
King Power Equjm nOperators Cranes Friction: 200 tons and over $62.33 ZA X $Q
1 King Power Equipment Nem= Cranes: 20 Tons Through 44 Tons $59.96 ZA X IIE
With Attachments
King Power Equipment Dora= Cranes: 100 Tons Through 199 $61.10 7A X A
Tons, Or 150'Of Boom (Including
Jib With Attachments)
King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 ZA X $P
I 250' of boom including jib with
attachments
King Power Equipment Operators Cranes: 300 tons and over or 300' $62.33 7A X $E
of boom including jib with
attachments
Power Equim n perators Cranes: 45 Tons Through 99 Tons, $60.49 7A 3S, i
Under 150'Of Boom (including Jib
With Attachments)
Power Equipment 0erg Cranes: A-frame- 10 Tons And $56.90 7A INII
52
ill
Under
IKing Power Equipment Operators Cranes: Friction cranes through 7A X • $Q
199 tons
King Power Equipment Operators Cranes:Through 19 Tons With $59.49 Z XC DE
I
Attachments A-frame Over 10
Tons
P.. -r E. i.m-nt 0.era ors 132=111111111111111111111111111111 $59.96 7A X WA
I King Power EoujpmentOperators Deck Engineer/deck Winches $59.96 ZA X BE
(power)
King Power Eqpment Equi pumnt&peLatora Derricks, On Building Work $60.49 7A X BE
King Power Equim n ra Dozers D-9 £t Under $59.49 7A X BE
King Power Eappment Operators Drill Oilers: Auger Type, Truck Or $59.49 ZA ININ DE
Crane Mount
King Power Equipment-Operators Drilling Machine $61.10 ZA X $P
King Power Equi mRnQtPerators Elevator And Man-lift: Permanent $56.90 X $P
And Shaft Type
1 King Power Equim n era rs Finishing Machine, Bidwell And
$59.96
7A $Q
Gamaco£t Similar Equipment IM •
Power EquiOperators Forklift: 3000 Lbs And Over With 7A X $e
1 Attachments
King Power Equipment OperatorsForklifts: Under 3000 Lbs. With $56.90 ZA 1 $P
I
I
Attachments
King Power Eq pment Odor Grade Engineer: Using Blue Prints, $59.96 14 X DE I
Cut Sheets, Etc
KingPower E i m n Gradechecker/stakeman $56.90 7A ' lE
g�.�Qperators �
King Power Equi en Operators Guardrail Punch $59.96 TAX $P i
King Power Equipment_Qpecot= Hard Tail End Dump Articulating $60.49 7A 3 $E
Off- Road Equipment 45 Yards. &
Over
King Power EquipmentO i Hard Tail End Dump Articulating $59.96 7A x DE
Off-road Equipment Under 45
Yards
King Power Equi ment.Qog= Horizontal/directional Drill $59.49 7A ic le
Locator
King Power EouipmenLibeadors Horizontal/directional Drill $59.96 1 Ic fie
111
Operator
King Power Equipment Operators Hydralifts/boom Trucks Over 10 $59.49 LA 3.c $E
Tons
King Power Equipment 0 ators Hydratifts/boom Trucks, 10 Tons $56.90 LA K $E
And Under
King Power Equipment 0e ar tors Loader, Overhead 8 Yards. &Over $61.10 J4 l AE
King Power Equi ent Operators Loader,Overhead, 6 Yards. But $60.49 ]A x $E
Not Including 8 Yards
King Power Equipment Oar Loaders, Overhead Under 6 Yards $59.96 14 3.c $E
King Power Equipment O r ors _Loaders, Plant Feed $59.96 1 x $E
King Power Equipment Operators Loaders: Elevating Type Belt $59.49 1 3..c $E
King Power Equipment O r atop Locomotives, All $59.96 ]A K BE1
King Power Equipment...Qom= Material Transfer Device $59.96 1A x $p
King Power Equipment Operators Mechanics,All (leadmen - $0.50 $61.10 1 $E
Per Hour Over Mechanic) 111
King 1:4g.ElouiopientOperators Motor Patrol Graders $60.49 1q iC $E
King Power Equipmgn Qoatetors Mucking Machine,Mole, Tunnel $60.49 JA 2.c AE
Drill, Boring, Road Header And/or
Shield
King Power Equipment Operators Oil Distributors, Blower $56.90 7A x $E
Distribution&Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists(elevators And $59.49 1 1C $Q
Maniifts),Air Tuggers,strato
King Power Equipment O Overhead, Bridge Type Crane: 20 $59.96 1 3..c 8�
Tons Through 44 Tons
King Power EquipimM,Siogretora Overhead, Bridge Type: 100 Tons $61.10 1 icAEAnd Over
L
King Power Equipment Oore= Overhead, Bridge Type: 45 Tons $60.49 1A X $E
Through 99 Tons
. King Power Equipment O errators Pavement Breaker $56.90 1 x AE 111
•
King Power Equipment O erp ato s Pile Driver(other Than Crane $59.96 7A $E
Mount)
King Power Eqw:pmenti.Qperet= Plant Oiler-Asphalt, Crusher $59.49 jA 2.c $E I.
King Power Equipment O{ tors Posthole Digger,Mechanical $56.90 1 E $Q
King Power Equipment 0 Power Plant $56.90 1 x $E
King Power Equipment`O Pumps-Water $56.90 14 I $E II
I
I
King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A X $P
I King Power Equipment Operators Quick Tower- No Cab, Under 100 $56.90 ZA $e
Feet In Height Based To Boom
1 ii
King Power Equipment Operators Remote Control Operator On $60.49 7A 2Rubber Tired Earth Moving
111 Equipment
King Power Equimen Operators Rigger And Bellman $56.90 LA X 2
I
King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 i
(Certified)
King Power Equipment 0 erp ators Rollagon $60.49 7A lc $L
I
KingPower E uipment Operators Roller, Other Than Plant Mix $56.90 Z lc BE
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7Q 3.0 BE
Materials
IKing Power Equipmentmolars Roto-mill, Roto-grinder $59.96 7A X, ) $i'
King Power Equipment Operators Saws- Concrete $59.49 7A lc AE
I
King Power Equipment 0 Scraper, Self Propelled Under 45 $59.96 ZAIC
Yards $Q
King Power Equipment Operators Scrapers-Concrete ft Carry All $59.49 Z 14 $P
King Poweruj. num.....1 Operators Scrapers, Self-propelled: 45 Yards $60.49 7A
And Over BE
King Power Equim n Operators Service Engineers- Equipment $59.49 16 ic $P
King Power Equipment 0 erR ators Shotcrete/gunite Equipment $56.90 Z ac BP
King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 L $Q
Tractors Under 15 Metric Tons.
King Power Equipmeperators Shovel, Excavator, Backhoe: Over $60.49 76 $Q
' nt O 30 Metric Tons To 50 Metric Tons
King Power Equi pmeOperators Shovel, Excavator, Backhoes, ,$59.96 L lc $E
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.10 Z6 1.0 ii_P
50 Metric Tons To 90 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: Over $61.72 7A C.
90 Metric Tons
King PowerEquipment Operators Slipform Pavers $60.49 L ic $Q
King Power Equipment 0 erp ators Spreader, Topsider ft Screedman $60.49 Z X $P_
King Pow La- uipment Operators Subgrader Trimmer $59.96 L ,IC $P_
King Power Equi ent Operators Tower Bucket Elevators $59.49 L X 2
I eraKing Power Equipment 0 s Tower Crane Up To 175' In Height $61.10 L
Base To Boom 3.0 BE
King Power Equi rent Operators Tower Crane: over 175' through $61.72 7A 3C $P_
250' in height, base to boom
King Power Equim nOperatorsTower Cranes: over 250' in height $62.33 L X E.
from base to boom
t
King Power Epapment_Qpenran Transporters, All Track Or Truck $60.49 T
Type $i?
King Power Equirent Operators Trenching Machines $59.49 7A }C $Q
ii King Power Equi ment 0 r r Truck Crane Oiler/driver- 100 $59.96 L IS, $E
Tons And Over
King Power Equi ment Operators Truck Crane Oiler/driver Under $59.49 Z6 3.0 $L'
100 Tons
IKing Power Equi ent Qpgratm Truck Mount Portable Conveyor $59.96 7A X i
King Power Equipment O r rs Welder $60.49 7A X , 2
I
I
King Power Equipment Operators Wheel Tractors, Farmatl Type $56.90 7A iC DIE
King Power Egjpment Operators Yo Yo Pay Dozer $59.96 7A lc $E I
King Power Equi perators- Asphalt Plant Operators $60.49 Z ic AE
Underground Sewer&Water
King Power Equipment Operators- Assistant Engineer $56.90 a x $E II
Underground Sewer&Water
King Power Equipment Operators Barrier Machine(zipper) $59.96 LA 3..0 $E
Underground Sewer&Water
King Power Equipment Operators- Batch Plant Operator, Concrete $59.96 _7A 3.C. $E
Underground Sewer&Water
King Power Equipment Operators- Bobcat $56.90 ZA 3.c $E
Underground Sewer&Water
King Power Equipment Operaors- Brokk- Remote Demolition $56.90 zA x 2
Underground Sewer&Water Equipment I
King Power Equipment Operators- Brooms $56.90 _7A i $p
Underground Sewer&Water
King Power Equi rrtQperators- Bump Cutter $59.96 7A X BE
Underground Sewer&Water
King Power Equi _gperators- Cableways $60.49 _7A jc $E
Underground Sewer&Water
King Power Equipment,_Qperators- Chipper $59.96 ZA X $E
Underground Sewer&Water
King Power Equipment Operators- Compressor $56.90 ZA Ic $E
Underground Sewer&Water
King Power EauipmentQperators- Concrete Pump:Truck Mount With $60.49 za XC i
Underground Sewer&Water Boom Attachment Over 42 M
King Power Equipment_Operators Concrete Finish Machine-laser $56.90 ZA K $E
Underground Sewer a Water, Screed
King Power EquipmenLQperators- Concrete Pump-Mounted Or $59.49 L x $E
Undergn&W,Ifterliliater Trailer High Pressure Line Pump, .
Pump High Pressure.
King Power Equipment Operators- Concrete Pump:Truck Mount With $59.96 7A x (ie
Underground Sewer&Water Boom Attachment Up To 42m
King Power Equipment Operators- Conveyors $59.49 zA X $E
Underground Sewer&Water
King Power Equip Qperators- Cranes Friction: 200 tons and over $62.33 _7A X $E
Underground Sewer&Water
King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $59.96 L IC te.
Underground Sewer&Water With Attachments I
King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 ZA X $E
Underground Sewer a Water Tons, Or 150'Of Boom (Including
Jib With Attachments)
King Power Equipment Operators- Cranes: 200 tons-299 tons, or $61.72 L i $E
Underground Sewer&Water 250'of boom including jib with
attachments
King Power Equi�n Operators-, Cranes: 300 tons and over or 300' $62.33 7A 1( BE
Underground Sewer&Water of boom including jib with
attachments
King Power Equipment Operators_ Cranes: 45 Tons Through 99 Tons, $60.49 7A X. B. I
Underground Sewer a Water Under 150'Of Boom (including Jib
With Attachments)
King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 M x E
Underground Sewer&Water Under
I
I
King Power Equjpment Operators- Cranes: Friction cranes through $61.72 _7,A IC $P
I Underground Sewer E Water 199 tons
King Power Egjpment Operators- Cranes: Through 19 Tons With $59.49 a x le
Underground Sewer Et Water Attachments A-frame Over 10
I ,Tons
King Power Equi mp ent Qperators- Crusher $59.96 7A X AE
Underground Sewer a Water
I King Power Equi nt perators- Deck Engineer/deck Winches $59.96 ]9 $e
Underground Sewer Et Water (power)
King Power Equipment Operators- Derricks, On Building Work $60.49 L X $E
I Underground Sewer Et Water
King Power Equi perators- Dozers D-9 Et Under $59.49 M 1C $P_
Underground Sewer a Water
King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $59.49 . ZA_ ,.0 $P
I Underground Sewer a Water Crane Mount
King Power Equipment Operators- Drilling Machine $61.10 ZA X BE
Underground Sewer a Water
' King Power Equipment Operators- Elevator And Man-lift: Permanent $56.90 l 1C $e
Underground Sewer Et Water And Shaft Type
I King Power Equipment Operators- Finishing Machine, Bidwell And $59.96 ZA IC E
Underground Sewer&Water Gamaco Et Similar Equipment
King Power Equi nt perators- Forklift: 3000 Lbs And Over With $59.49 ZA C Ae
Underground Sewer Et Water Attachments
I King Power Equi en perators- Forklifts: Under 3000 Lbs. With $56.90 l IC $Q
Underground Sewer&Water Attachments ,
King Power Eggipment Operators- Grade Engineer: Using Blue Prints, $59.96 a IC BE
I Underground Sewer a Water Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $56.90 l x Be
Underground Sewer Et Water
I King Power Equipment Operators- Guardrail Punch $59.96 LA $P
Underground Sewer&Water
King Power Equipment Operators- Hard Tail End Dump Articulating $60.49 ZA 1C $P
I Underground Sewer&Water Off-Road Equipment 45 Yards. &
Over
King Power Equimit Qperators- Hard Tail End Dump Articulating $59.96 l l Le
I Underground Sewer&Water Off-road Equipment Under 45
Yards
King Power Equipment Operators- Horizontal/directional Drill $59.49 l x fie
Underground Sewer Et Water Locator
IKing Power Equj mens Operators- Horizontal/directional Drill $59.96 ZA IC $e
Underground Sewer&Water Operator
I King Power Equipment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A E Be
Underground Sewer&Water Tons
King Power Equi ument Operators: Hydralifts/boom Trucks, 10 Tons $56.90 7A C of
Underground Sewer a Water And Under
ii
King Power Equipment Operators- Loader, Overhead 8 Yards. a Over $61.10 7A C LieUnderground Sewer Et Water
King Power Equipment Operators- Loader, Overhead, 6 Yards. But $60.49 ZA C $e
I Underground Sewer&Water Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A X LE
Underground Sewer a Water
I King Power Equim n Aerators- Loaders, Plant Feed $59.96 l IC $_P
Underground Sewer&Water
1
I
King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 A 3C $E
Underground Sewer&WaterIII
King Power Equipment Operators- Locomotives,All $59.96 at 2 $p
Underground Sewer&Water
King Power Equipment Operators- Material Transfer Device $59.96 A l 2
Underground Sewer&Water
King Power Equipment Operators- Mechanics, AU (leadmen- $0.50 $61.10 A X $E
Underground Sewer&Water Per Hour Over Mechanic)
King Power Egpment Operators- Motor Patrol Graders $60.49 zA 1C $E III
Underground Sewer it Water
King Power EauiomentOperators- Mucking Machine, Mole, Tunnel $60.49 A IC DE
I
Linda-ground Sewer&Water Drill, Boring, Road Header And/or
Shield
King Power Equipment Opp Oil Distributors, Blower $56.90 Z® IC AE
Underground Sewer&Water Distribution&Mulch Seeding
Operator
King Power Equipment Operators- Outside Hoists(elevators And . $59.49 L x $E
Underground Sewer&Water Manlifts),Air Tuggers,strato
King Power Equipment Overhead, Bridge Type Crane: 20 $59.96 ZA x $E
Underground Sewer ft Water Tons Through 44 Tons
King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $61.10 7A K $E I
Underground Sewer ft Water And Over
King Power Equipme .Operators- Overhead, Bridge Type:45 Tons $60.49 7Q x $,E
gablaganati Through 99 Tons I
uip
King Power Eqment Operators- Pavement Breaker $56.90 A X $�
Underground Sewer ft Water '
King Power Equipment Operators- Pile Driver(other Than Crane $59.96 ZA x $E
Underground Sewer ft Water Mount)
King Power EquipmentQperators- Plant Oiler-Asphalt, Crusher $59.49 A ,x $E
Underground Sewer&Water
King Power Equipment Operators- Posthole Digger, Mechanical $56.90 A 1 ID I
Underground Sewer Bt Water
King Power Equipment Operators- Power Plant $56.90 A 3C $E 1
Underground Sewer&Water
King Power Equipment..Qperators- Pumps-Water $56.90 A $E
j Underground Sewer&Water _
King Power Equipmei Qperators- Quad 9, Hd 41, D10 And Over $60.49 ]A 1C $E
Underground Sewer 6t Water
King Power Equipment Operators- Quick Tower- No Cab, Under 100 $56.90 A f $E
Underground Sewer 8t Water Feet In Height Based To Boom
King Power Equipment Operators- Remote Control Operator On $60.49 A X $E
Underground Sewer 6r Water Rubber Tired Earth Moving
Equipment
King Power Equipment Operators- Rigger And Bellman $56.90 A IC $E
Underground Sewer&Water
King Power Equi rent Operators- Rigger/Signal Person, Bellman $59.49 zA x gp I '
Underground Sewer&Water (Certified)
King Power Equipment operators- Rollagon $60.49 L x $E
Underground Sewer&Water I
King Power Equi m n perators- Roller, Other Than Plant Mix $56.90 A 1f 2
Underground Sewer&Water
King Power Fgijipment Operators- Roller, Plant Mix Or Multi-lift $59.49 A If $E
`
Underground Sewer&Water Materials
I
I
King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 a X, $P
I Underground Sewer&Water
King Power Equi nt perators- Saws- Concrete $59.49 Z X $P
Underground Sewer&Water
I King Power Equim n perators- Scraper, Self Propelled Under 45 $59.96 a $P_
Underground Sewer&Water Yards
King Power Equipment Operators- Scrapers- Concrete a Carry All $59.49 7A 3..c gE
Underground Sewer&Water
I King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $60.49 7A ic BE
Underground Sewer a Water And Over
I King Power Equipment Operators- Service Engineers - Equipment $59.49 Z
Underground Sewer a Water X gE
King Power uim t perators- Shotcrete/gunite Equipment $56.90 7A E $Q
I Underground Sewer&Water
King Power Equipe Qperators- Shovel , Excavator, Backhoe, $59.49 Z 1C $P
Underground Sewer&Water Tractors Under 15 Metric Tons.
I King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $60.49 Z $�
Underground Sewer&Water 30 Metric Tons To 50 Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A ic $,Q
Underground Sewer&Water Tractors: 15 To 30 Metric Tons
IKing Power EquipmgnQperators- Shovel, Excavator, Backhoes: Over $61.10 ZA X $i'
Underground Sewer a Water 50 Metric Tons To 90 Metric Tons
I King Power Equiperators- Shovel, Excavator, Backhoes: Over $61.72 ZA $Q
Underground Sewer&Water 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $60.49 7A x $P
Underground Sewer a Water
I King Power Equipment Operators- Spreader,Topsider a Screedman $60.49 Z8P
Underground Sewer a Water
King Power Equipment Operators- Subgrader Trimmer $59.96 zA lc $e
IUnderground Sewer a Water _
King Po�uipme perators- Tower Bucket Elevators $59.49 a x gE
Underground Sewer&Water
I King Power Egyipment Operators- Tower Crane Up To 175' In Height $61.10 L X
Underground Sewer a Water Base To Boom
King Power Equipment Operators- Tower Crane: over 175' through $61.72 _A X $Q
I Underground Sewer a Water 250' in height, base to boom
King Power Equipment Operators- Tower Cranes: over 250' in height $62.33 7A X $P
Underground Sewer a Water from base to boom
I King Power Equipment Operators- Transporters, All Track Or Truck $60.49 a $P
Underground Sewer&Water Type IC
,
King Power Equipment Operators- Trenching Machines $59.49 a X $p
I Underground Sewer a Water
King Power Equipment Operators- Truck Crane Oiler/driver- 100 $59.96 ZA lc $Q
Underground Sewer&Water Tons And Over
I King Power Equipment Operators- Truck Crane Oiler/driver Under $59.49 7A $�
Underground Sewer a Water 100 Tons _
King Power 44l�i meant Operators- Truck Mount Portable Conveyor $59.96 7A IC $P
I UndergroUnd Sewer a Water
King Power Equipment Operators- Welder $60.49 _A i
Underground Sewer a Water
I King Power Equipment Operators- Wheel Tractors, Farman Type $56.90 $L'
Underground Sewer a Water
King !Power Equipment Operators-, Yo Yo Pay Dozer $59.96 7A lc, gE
1
Underground Sewer ft Water
King Stone Masons Journey Level $57.32 M ,
King Street And Parking Lot Sweeper Journey Level $19.09 1
Warkera
King Surveyors Assistant Construction Site $59.49 ZQ I $Q
Surveyor
King Surveys Chainman $58.93 - T $P
King Survem Construction Site Surveyor $60.49 Zh
King Traffic Control Strip Journey Level $45.53 ZA 1K
King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5Q A $L
King Truck Drivers Asphalt Mix To 16 Yards $53.46 52 AL
King Truck Drivers Dump Truck $53.46 5Q $ $1
King Truck Drivers Dump Truck ft Trailer $54.30 Q $I.
King Truck Drivers Otter Trucks $54.30 I M $}.
King Truck Drivers- Ready ix Booster 9 Yards and Over $52.78 ;A 41
King Truck Drivers- Rea4y c Non-Booster Loads Under 9 Cubic $52.53 5A 41
Yards
1
I
I
1
1
I
1
1
1
t
I
IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019
************************************************************************************************************
Overtime Codes
IOvertime 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
Ithe worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
' B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
iC. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and
the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly
I rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
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.
F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day,
shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
IG. 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
Ithe hourly rate of wage.
H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through
' Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours
I worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid
at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double
1 the hourly rate of wage.
N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1 1
1
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
1. 0. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours
1
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 I
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. I
S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked,except Labor Day,shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on
Sundays and holidays(except Labor Day)shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day)shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday I'
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. I
I
2 1
I
I
IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
I '2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on
holidays shall be paid at two times the hourly rate of wage.
IF. 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.
I G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
I H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
IR. 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.
a 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.
I W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten-
hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall
I be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth,sixth,and seventh days and on holidays
shall be paid at double the hourly rate of wage.
I3. 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.
IA. 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
I worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.The employer shall
have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
I to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked
eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight(8)hours or more.
C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten(10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday,or
outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. 1
I All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
I 3
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
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
I
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two(2)times the regular rate of pay. Work performed on.Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is
down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work
week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate.
However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday
through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
I. 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 I
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 1
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 '
I
Overtime 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.
IEXCEPTION:
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
, 1 to feed a distribution system,will be paid overtime under the following rates:
The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall
be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times
the hourly rate of wage.The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times
the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
IAll overtime eligible hours performed on the above described work that is energized,shall be paid at the double the
hourly rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1 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 Y2)times the regular shift rate for the first
I 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
Irate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
1 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. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage.All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
IJ. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly
Irate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage,so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all
Ihours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
5
1
1
t
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All
hours worked on a Saturday in excess of twelve(12)hours shall be paid at double the hourly rate of pay. All hours
worked over twelve(12)in a day Monday through Friday,and all hours worked on Sundays shall be paid at double
the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine(9)hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM)
every day shall be paid at double the hourly rate of wage.
0. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of
wage. After an employee has worked in excess of eight(8)continuous hours in any one or more calendar days,all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six(6)
hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four(4)hours after eight(8)regular houts 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 hours worked over twelve(12)hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
R. Placeholder
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,and Christmas Day(7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,the day before Christmas,and Christmas Day(8).
C. Holidays: New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,And Christmas Day(8).
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).
6 1
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
5. I. Holidays: New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,and Christmas Day
(6).
1
J. Holidays: New Year's Day, Memorial Day,Independence Day,Thanksgiving Day,Friday after Thanksgiving Day,
IChristmas 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).
IL. 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).
IN. 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).
I 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.
� I Q. Paid Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day,and Christmas
Day(6).
I 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).
I S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day,the
IFriday 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).
I
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
IDay(11).
I 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
IAfter Thanksgiving Day,And Christmas Day(7).
7
1
I
1
Benefit Code Key-Effective 8/31/2018 thru 3/2/2019
Jlolidav Codes Continued
6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And
Christmas Day(9). I
Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after
Thanksgiving Day, And Christmas Day(7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday,the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and I
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. I
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, I
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 I
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 I
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,and Christmas Day
(6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
111
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.
t
Holiday Codes Continued
I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The 111
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
8 1
I
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
observed as a holiday on the preceding Friday. '
I 7. 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
Ithe 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.
I 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.
IN. 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.
1
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
I 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
I 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.
I 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
I 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
I 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 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
Ias a holiday on the preceding Friday.
V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
I the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or.after New
Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered
a holiday and compensated accordingly.
1 9
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 1
Holiday Codes Continued
7. W. Holidays: New Year's Day, DaY After New Year's, Memorial Day, Independence Day, Labor Day,Thanksgiving
ng
Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before
New Year's Day,and a Floating Holiday.
X. 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 the day before or after
Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken
on the last normal workday.If the holiday fails on a Monday that is the normal day off or on a Sunday,then the holiday
will be taken on the next normal workday.
Y. Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the II
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The 1
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 FridayI
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall
be observed ai a holiday on the following Monday.
B. Holidays:New Year's Day,Martin Luther King Jr.Day,President's Day,Memorial Day,Independence Day,Labor
Day,Veteran's Day,Thanksgiving Day,and Christmas Day.(9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day.(8)
D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday
after Thanksgiving Day,Christmas Day,and the day after Christmas.
Note Codes
I
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.
11. 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.
1 10
I
IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019
Note Codes Continued
I 8. P. Workers on hazmatro'ects receive additional hourlypremiums as follows-Class A Suit:$2.00,Class B Suit:$1.50,
P J
Class C Suit:$1.00,And Class D Suit$0.50.
IQ. 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.
I 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
I 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.
I 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
1 by the State of Washington,Oregon,Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary
I 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.
1
U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50,
I 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
I 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.
1 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.
I . 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.
I 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'.
1 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 11
I
APPENDIX E: Geotechnical Report
1
1
1
i
1
1
1
1
1
1
r
GEODESIGNV
r
r
Report of Geotechnical Engineering Services
City of Federal Way
Military Rd S/S 298th St Compact Roundabout
Federal Way, Washington
r For
KPG, P.S.
1 June 18, 2018
GeoDesign Project: KPG-87-01
r
I
I
TABLE OF CONTENTS PAGE NO.
ACRONYMS AND ABBREVIATIONS
1.0 INTRODUCTION 1
2.0 PURPOSE AND SCOPE OF SERVICES 1
3.0 SITE CONDITIONS 1
3.1 Surface Conditions 1
3.2 Subsurface Conditions 1
4.0 INFILTRATION TESTING 2
5.0 LABORATORY TESTING 2
6.0 DESIGN RECOMMENDATIONS 3
6.1 Infiltration 3
7.0 LIMITATIONS 4 1
REFERENCES 7
FIGURES 1
Vicinity Map Figure 1
Site Plan Figure 2
APPENDICES
Appendix A
Field Explorations A-1
Exploration Key Table A-1
Soil Classification System Table A-2
Test Pit Logs Figure A-1
Appendix B
CEC Testing B-i
Organic Matter Content Testing B-1
AMTest Laboratories Report-CEC and Organic Content
I
I
I
I
i
G EO DESIGNS KPG-87-01:061818
I
I
I
ACRONYMS AND ABBREVIATIONS
IAC asphalt concrete
BGS below ground surface
I CEC cation exchange capacity
DOE Washington State Department of Ecology
LID low-impact development
I
meq/100 g milliequivalent per 100 grams
PCC Portland cement concrete
PIT pilot infiltration test
IROW right-of-way
II
I
I
I
I
I
I
' 1
I
I
' I
I
G EO DESIGNS KPG-87-01:061818
1
I
I
1.0 INTRODUCTION
This report presents the results of GeoDesign's infiltration study to support the City of Federal
Way's (City)Compact Roundabout project at the intersection of Military Road S and S 298th Street
(Figure 1). 1
Acronyms and abbreviations used herein are defined above, immediately following the Table of
Contents. I
2.0 PURPOSE AND SCOPE OF SERVICES
The purpose of our geotechnical services included conducting an infiltration study to evaluate
the feasibility of infiltrating stormwater. Our specific scope of services is summarized as follows:
• Reviewed available, existing preliminary plans and geotechnical, geological, and
environmental reports for the immediate area to evaluate stormwater infiltration potential.
• Coordinated with the City to excavate two test pits.
• Conducted a small-scale PIT in each test pit at a depth of approximately 2 feet BGS.
• Excavated the test pits to depths between 5.5 and 6.0 feet BGS after completing the small-
scale PITS.
• Completed laboratory analyses to evaluate water quality treatment characteristics of the soil
encountered in the test pits.
• Prepared this report.
3.0 SITE CONDITIONS
Site conditions were observed during the site visit to complete the subsurface explorations. 1
Subsurface conditions were evaluated by completing the test pit explorations and reviewing
existing geologic maps and geotechnical reports for projects completed near the site.
3.1 SURFACE CONDITIONS
Military Road S is generally oriented north to south and S 298th Street is generally oriented east to
west at the location of the intersection. The site is relatively flat, with a mild downward slope to
the north and west. PCC sidewalks are present on the east side of the road. Residential houses
are located adjacent to the intersection. Landscaping improvements associated with the private
properties are adjacent to the ROW at the northeast, southeast, and northwest corners of the
intersection. An unimproved drainage swale, vegetated with blackberries and grass, is present
along the southwest corner of the intersection.
The road is surfaced with AC pavement that is generally in fair to good condition. S 298th Street
east of the intersection has curb and sidewalks and west of the intersection a shallow ditch is
present. I
3.2 SUBSURFACE CONDITIONS
Subsurface conditions at the site were evaluated by reviewing geological maps and excavating I
two test pits.
i
G EO DESIG N= 1 KPG-87-01:061818
I
I
1
The geologic map of the project area indicates that the surface geology generally consists of
1 glacial till, with recessional outwash deposits mapped approximately 500 feet east of the site.
Glacial till in this area is typically composed of silt-or sand-rich deposits with thicknesses on the
order of 5 to 50 feet(Booth, 2004).
IWe excavated two test pits (I-1 and 1-2)within the S 298th Street ROW and west of the intersection.
The test pit locations are shown on Figure 2. The test pits were excavated using a rubber tire
I backhoe with a 2-foot-wide, toothed bucket. The test pits were excavated to depths between
5.5 and 6.0 feet BGS. At each location, excavation was stopped at a depth of approximately
2 feet BGS to conduct a small-scale PIT as discussed in the"Infiltration Testing"section.
Subsurface conditions encountered in the test pits consist of a surficial layer of topsoil or fill up
to a depth of approximately 1.5 feet BGS that is underlain by very dense glacial till and is
I consistent with the mapped geology. The glacial till generally consists of silty sand with gravel
and cobbles. The material is moist. Groundwater was not observed in the test pits.
IThe exploration logs are presented in Appendix A.
4.0 INFILTRATION TESTING
ISmall-scale PITs were performed at each test pit location in general accordance with the
2016 King County Surface Water Design Manual (King County, 2016). The test pits were
I generally rectangular and approximately 2.5 feet wide by 6 to 6.5 feet long at the bottom. The
PITs were completed at a depth of approximately 2 feet BGS.
I Soil exposed at the base of the test pits consists of dense glacial till composed of silty sand with
gravel. The bottom of the test pits was lined with approximately 1 inch of pea gravel before
flooding with water. The test period was short and did not allow for full saturation.
Table 1. PIT Results
Infiltration Averaged Measured Short-Term
Location Soil Type Infiltration Rate
(inches per hour)
I-1 Silty sand with gravel 1.0
1-2 Silty sand with gravel 4.4
5.0 LABORATORY TESTING
I
CEC and organic content testing was completed on samples collected at a depth of
approximately 2 feet to evaluate soil capacity for water quality treatment. The CEC and organic
Icontent testing was performed by AMTest Laboratories. The test results are summarized in
Table 2.
I
I
G EODESIGN`i 2 KPG-87-01:061818
r
t
Table 2. CEC and Organic Content Analytical Results Summary'
Sample Organic
Exploration Depth Soil Type CEC Content
(feet BGS) (meq/100 g) (percent)
I-1 2.5 Silty sand with gravel 6.2 1.7
1-2 2.5 Silty sand with gravel 6.2 1.8
1. Suitability for Water Quality Treatment: CEC greater than 5 meq/100 g and organic content a minimum of
1.0 percent(DOE,2014)
The analytical laboratory report of the CEC and organic content test results is presented in I
Appendix B.
6.0 DESIGN RECOMMENDATIONS f
6.1 INFILTRATION
As discussed in the"Subsurface Conditions"section,the soil encountered below a depth of
approximately 2 feet generally consists of glacial till deposits composed of silty sand with gravel.
6.1.1 Design Infiltration Rate 1
The infiltration rate determined using the PIT procedure is a short-term infiltration rate. A
correction factor is necessary to account for the small scale of the test. Additional correction
factors are necessary to account for testing uncertainties, site variability, and long-term reduction I
in permeability due to biological activity and accumulation of fines. The recommended
correction factors to be applied to the"short-term" rate measured in the tests are summarized as
follows: I
• Correction factor CF„accounts for site subsurface variability and the number of locations
tested. The two areas tested were in the same geologic unit and less than 200 feet apart and
111
had an order of magnitude difference in infiltration rate. Tests were not performed east of
the intersection. We recommend a correction factor CF„of 0.35.
• Correction factor CF,accounts for uncertainties in testing methods. A correction factor of
0.5 is recommended for small-scale PIT. However, the test was too short to establish fully
saturated conditions and the measured short-term rates are considered "high" based on the
material grain size and degree of compaction. We recommend a correction factor of 0.4.
• Correction factor CF,.accounts for reduction in infiltration rates over the long term due to
siltation and bio-buildup. Per DOE(2014), we recommend a correction factor of 0.9.
The total correction factor to be applied is obtained by multiplying the individual correction I
factors. A cumulative correction factor of 0.126 should be applied to the measured infiltration
rates. Table 3 summarizes the infiltration test results and the correction factor.
I
I
G EO DESIG N= 3 KPG-87-01:061818
I
1
l
Table 3. Long-Term Infiltration Rates at Test Locations
111
Measured Short-Term Long-Term Design
Infiltration Soil Type Infiltration Rate Infiltration Rate'
1 Location
(inches per hour) (inches per hour)
I 1 Silty sand with gravel 1.0 0.12
1-2 Silty sand with gravel 4.4 0.55
1. Based on the recommended combined correction factor of 0.126 in accordance with DOE(2014).
Testing was conducted over a short period that did not allow for fully saturated conditions to
develop. After testing was performed, the soil was found to be wet to depths of 1.5 to 2.5 feet
below the test depth. We anticipate that significant lateral flow occurred during the tests. We
recommend an average long-term design infiltration rate of 0.10 inch per hour be used for the
overall project alignment. The infiltration rate will vary along the project alignment depending
on the specific composition of glacial till material, potential recessional outwash, and proximity
to utility trenches.
A minimum infiltration rate of 0.25 to 0.5 inch per hour is typically required for LID stormwater
1 management systems such as permeable pavement.
6.1.2 Soil Suitability for Treatment
The soil below the anticipated base of the pervious concrete section meets the criteria of DOE
(2014)for treatment. A CEC of at least 5 meq/100 g and a minimum organic content of
1.0 percent are required for treatment. The results of two tests conducted at a depth of 2.5 feet
BGS indicate that the CEC for the soil is approximately 6.2 meq/100 g. The organic content of
the samples tested ranged between 1.7 and 1.8 percent, which is greater than the
1.0 percent minimum requirement.
Based on the available test results, soil amendment will not be necessary for water quality
treatment.
6.1.3 Groundwater Separation
Groundwater was not encountered in the test pit excavations. The local groundwater table is
anticipated to be more than 100 feet deep based on publicly available water levels recorded
between 1963 and 1987 in a monitoring well (Well ID S_472004122173901; King County, 2010)
approximately 500 feet southeast of the intersection, on property addressed 3017 S 298th Street.
1 7.0 LIMITATIONS
We have prepared this report for use by KPG, P.S. and its clients and consultants in design of this
project. The data and report can be used for bidding or estimating purposes, but our report,
conclusions, and interpretations should not be construed as warranty of the subsurface
conditions and are not applicable to other nearby building sites.
1
1
G EO DESIGN? 4 KPG-87-01:061818
I
1
1
Exploration observations indicate soil conditions only at specific locations and only to the depths
penetrated. They do not necessarily reflect soil strata or water level variations that may exist I
between exploration locations. If subsurface conditions differing from those described are noted
during the course of excavation and construction, re-evaluation will be necessary.
The site development plans and design details were preliminary at the time this report was
prepared. If design changes are made, we request that we be retained to review our conclusions
and recommendations and to provide a written modification or verification. 1
The scope of our services does not include services related to construction safety precautions
and our recommendations are not intended to direct the contractor's methods, techniques,
sequences, or procedures, except as specifically described in our report for consideration in
design.
Within the limitations of scope, schedule, and budget, our services have been executed in
accordance with generally accepted practices in this area at the time the report was prepared.
No warranty, express or implied, should be understood.
♦ ♦ ♦
1
i
1
1
1
1
1
1
1
L
G EO DESIG NA 5 KPG-87-01:061818
I
I
I
We appreciate the opportunity to be of continued service to you. Please call if you have
Iquestions concerning this report or if we can provide additional services.
Sincerely,
IGeoDesign, Inc.
- 4;4'c!4:::44
_
. 4! rt..,
J. ed A. Martinez, E.LT. �� ''
111 jeotechnical Staff /, •
2G9441 _10 1
ZrnbP/
hel1
Principal Engine Signed 06/18/2018
tJAM:KJL:kt:sn
Attachments
One copy submitted(via email only)
Document ID: KPG-87-01-061818-geor-rev2.docx
©2018 GeoDesign, Inc. All rights reserved.
I
I
I
I
I
I
I
I
N= 6
GEODESIG KPG-87-01:061818
I
1
1
REFERENCES
Booth, D.B., Waldron, H.H., and Troost, K.G., 2004. Geologic map of the Poverty Bay
7.5'quadrangle, King and Pierce Counties, Washington. U.S. Geological Survey SIM-2854, scale
1:24, 000. 1
DOE, 2014. Washington Department of Ecology Water Quality Program, Stormwater
Management Manual for Western Washington, December 2014. 1
King County, 2010. King County Department of Water and Land Services, Groundwater Well
Data. Well ID S_472004122173901. Last updated October 7, 2010. Accessed May 2018 from
http://green2.kingcounty.gov/groundwater/well-detail.aspx?well_id=7068
King County, 2016. King County Department of Natural Resources and Parks, King County,
Washington Surface Water Design Manual, dated March 2016.
Washington State Department of Natural Resources Division of Geology and Earth Resources,
2010. Digital Geology of Washington State at 1:100,000 Scale version 3.0, dated June 2010.
https://fortress.wa.gov/dnr/geology/?Theme=subsurf(5 Nov. 2013)
I
1
1
1
1
1
1
t
t
G EODESIGM 7 KPG-87-01:061818
I
1
1
1
1
i
1 FIGURES
1
1
1
1
1
1
1
1
111
' � � ,r .� /Ai '''� 7-:-6112 ; li
-I' i; t .
�pi , .` t •
ff
Z •' ! � , . u
� y / . f
.,
L.r.r _—
." - _.--- */ \•G • . 1-' .c-----, . r\
-a< M��. i IIB -Y f
•
/y
1r 1[LLL _ _ / •
4 .
I
�as y �
� L i jl'-...',...4 ...1/4 ..----1.
a ► I
• y
Mil
%
� r� . / � � � � � .( { _ i, . .
•
•
�_ rte. —�
r,`...�� • •,t , 4 mom . Li. �,. ,T ,,T
/. 116'-;":;,
�' `! 4 1• ` ' Y -;• f '�, - iii, •,
•
t : �' i. IF I r '� - • r.n ..J . ,•
• -c< / f I
I
,,t' I ;j'�-, Nr• i • . a
-+r z _..
jl' It1 ‘....,it,.
� � � � I
., ..
{
r:' ,111 L ±j- .{ , $ i L� - j !-- —
0 , r. , ,,,„
. _1,,. . . .
., , ,.....
i,
.,,,, . „.. , :. ,. .,. .. . #
•
,. ,,::,
....,_,_ .
,.... ; ,,...\•,,.....:-. ,
, ,
,..,....„ ,:(.......: :
.0; ... ,,, . . .... ...._ ,.. ,_ . ,, ,,. ,a. ,,,.apars.. l' .' '. . ' L 1--: I. i . I
! ..;, .1----.71 .
T
I{
-Cik) ,
a rsi o /.� . /l 11 4 j ,t ? a: .-�-
ii,
i • •
1O d VICINITY MAP BASED ON AERIAL I`
CO IMIllill ,,� 0 2000 4000 r
Irs" Y PHOTOGRAPH OBTAINED FROM - - I -- I 1I
o GOOGLE EARTH PRO® • ' .
` Y a (SCALE IN APPROXIMATE FEET)
i- Y
E u KPG-87-01 VICINITY MAP
G EODESIGN!
co E 10700 Meridian Avenue North-Suite 402 • i
z Seattle,WA 98133 MILITARY RD S/S 298TH ST ROUNDABOUT
206.838.9900 www.9eodesigninc.com JUNE 2018 FEDERAL WAY, WA FIGURE 1
A: ii
I Z 311f1Dld VM•AVM6V21303d aioz 3Nnf
inoevaNnoa 1S H1862 S/SON ANV11lIW Ie ••s
NVld 31IS LO-L9-0d>1NJIS3Q®
am.\ u"" C. F
13a
0
N • .u
O_ Z w
} xd a
�ft �t i{h`Y,i 7,Z
1 N 6u
1'11 Q Z az
{ W
�' 1 Q Z
t� 1 '4'1 o V
I' 1 I _ Z O
I
41 ill '1E n a
,'
i �i F' M I
1IIi1i
t
IV
H186` ` v ti w
a - v tr r
0
I
\ '1 ':
---- - 'IV if - 1/, , i, 1..,, --..
1 I 1 1UJ j
1 I. 11
lit- '
'i' ',Iii
I r.
1
_
1 i ; , :' r
Y a
, iW
/ H
O
7.iI r 1 Q
yyy K
- Ir T I J
7.I 111Z
" ., i zt
I
1
V
W
J
' a
i ,4,-; , ' ' , ) ,
j if
� I
, 1
Z380'13'.(noA,1 16rnP'IOdS-10'L8-0dM\aV]\sain6li\(0'L9-,d)I\LB-Sd)I\Od)\l3\'.f•OON alld
WV o0:9£:((910?/E(/9:a)eU(ui)d )alllww d8 Wluf/d
t
t
t
APPENDIX A I
1
1
1
1
1
1
1
1
1
1
1
1
I
SYMBOL SAMPLING DESCRIPTION
I
Ili Location of sample obtained in general accordance with ASTM D 1586 Standard Penetration Test
with recovery
ILocation of sample obtained using thin-wall Shelby tube or Geoprobe® sampler in general
accordance with ASTM D 1587 with recovery
I
I Location of sample obtained using Dames& Moore sampler and 300-pound hammer or pushed
with recovery
I i Location of sample obtained using Dames& Moore and 140-pound hammer or pushed with
recovery
F Location of sample obtained using 3-inch-O.D. California split-spoon sampler and 140-pound
hammer
VILocation of grab sample Graphic Log of Soil and Rock Types
I ,;�..,~ Observed contact between soil or
Rock coring interval ,:z.; rock units(at depth indicated)
r
' 1 Q Water level during drilling Inferred contact between soil or
rock units(at approximate
depths indicated)
IY Water level taken on date shown t;• 4
GEOTECHNICAL TESTING EXPLANATIONS
I ATT Atterberg Limits P Pushed Sample
CBR California Bearing Ratio PP Pocket Penetrometer
CON Consolidation P200 Percent Passing U.S. Standard No. 200
IDD Dry Density Sieve
DS Direct Shear RES Resilient Modulus
I HYD Hydrometer Gradation
Moisture Content SIEV Sieve Gradation
MC TOR Torvane
MD Moisture-Density Relationship UC Unconfined Compressive Strength
I NP Nonplastic VS Vane Shear
OC Organic Content kPa Kilopascal
IENVIRONMENTAL TESTING EXPLANATIONS
CA Sample Submitted for Chemical Analysis ND Not Detected
P Pushed Sample NS No Visible Sheen
PID Photoionization Detector Headspace SS Slight Sheen
Analysis MS Moderate Sheen
Ippm Parts per Million HS Heavy Sheen
1GEODESIGNV EXPLORATION KEY TABLE A 1
10700 Meridian Avenue North-Suite 402
Seattle WA 98133
206.838.9900 www.geodesigninc.com
I
I
RELATIVE DENSITY-COARSE-GRAINED SOIL
IRelative Density Standard Penetration Dames&Moore Sampler Dames&Moore Sampler
Resistance (140-pound hammer) (300-pound hammer)
Very Loose 0-4 0- 11 0-4
Loose 4- 10 11 -26 4- 10 1
Medium Dense 10-30 26-74 10-30
Dense 30- 50 74- 120 30-47
Very Dense More than 50 More than 120 More than 47 1
CONSISTENCY-FINE-GRAINED SOIL
Standard Dames&Moore Dames&Moore Sampler Unconfined Compressive
Consistency Penetration Sampler (300-pound hammer) Strength(tsf)
I
Resistance (140-pound hammer)
Very Soft Less than 2 Less than 3 Less than 2 i Less than 0.25
Soft 2-4 3 -6 2- 5 0.25-0.50
Medium Stiff 4-8 6- 12 5 -9 0.50- 1.0 1
Stiff 8- 15 12-25 9- 19 1.0-2.0
Very Stiff 15-30 25-65 19-31 2.0-4.0
Hard More than 30 More than 65 More than 31 More than 4.0
PRIMARY SOIL DIVISIONS GROUP SYMBOL GROUP NAME
CLEAN GRAVEL GW or GP GRAVEL
GRAVEL (< 5%fines)
I
GRAVEL WITH FINES GW-GM or GP-GM GRAVEL with silt
(more than 50%of (z 5%and 5 12%fines) GW-GC or GP-GC GRAVEL with clay
coarse fraction
COARSE- retained on GM silty GRAVEL
No. 4 sieve) GRAVEL WITH FINES GC clayey GRAVELI
GRAINED SOIL (> 12%fines)
GC-GM silty, clayey GRAVEL
(more than 50% CLEAN SAND
retained on SW or SP SAND I
SAND (<5%fines)
No. 200 sieve) SW SM or SP SM SAND with silt
(50%or more of SAND WITH FINES
fraction
(Z 5%and<_ 12%fines) SW-SC or SP-SC SAND with clay
coarse
passing SAND WITH FINES SM silty SAND I
No.4 sieve) (> 12%fines) SC clayey SAND
SC-SM silty, clayey SAND
ML SILT I
FINE-GRAINED CL CLAY
SOIL Liquid limit less than 50
CL-ML silty CLAY
(50%or more SILT AND CLAY OL ORGANIC SILT or ORGANIC CLAY
I
passing MH SILT
No. 200 sieve) Liquid limit 50 or greater CH CLAY
OH ORGANIC SILT or ORGANIC CLAY
HIGHLY ORGANIC SOIL PT PEATI
MOISTURE ADDITIONAL CONSTITUENTS
CLASSIFICATION
Secondary granular components or other materials
I
Term Field Test such as organics,man-made debris,etc.
Silt and Clay In: Sand and Gravel In:
very low moisture, Percent Fine-Grained - Coarse- Percent Fine-Grained Coarse-
i
dry dry to touch Soil Grained Soil Soil Grained Soil
damp,without <5 trace trace < 5 trace trace
moist visible moisture 5 - 12 minor with 5- 15 minor minor
wet visible free water, > 12 some silty/clayey 15-30 with with I
usually saturated > 30 sandy/gravelly Indicate%
G EoDESIGN= SOIL CLASSIFICATION SYSTEM TABLE A-2 t
10700 Meridian Avenue North-Suite 402
Seattle WA 98133
206.838.9900 www.geodesigninc.com
I
I
Z
O P= z w
LI
<a z •MOISTURE COMMENTS
DEPTHFEa MATERIAL DESCRIPTION w wo I- g CONTENT
W 1-- to (%)
u
I 1-1
0 50 100
0.0 n^�.\TOPSOIL(2.0 inches). 0.2
Dense, yellow-brown, silty GRAVEL with 0.5
sand (GM); moist,fine to coarse, sand
' is fine to medium - FILL.
Very dense, gray, silty SAND with
- 7- gravel (SM); moist, fine to medium, Infiltration test at 2.0 feet.
I 2.5—_," gravel is fine and approximately 20%-
GLACIAL TILL.
Vertical saturation to 3.5 feet after
test.
1
5.0—
- No groundwater seepage observed
Exploration completed at a depth of 5.5 5 5 ® to the depth explored.
feet. No caving observed to the depth
explored.
Surface elevation was not
7 5— measured at the time of
exploration.
I
1-� 0 50 100
1 0 50 100
o.o TOPSOIL(4.0 inches).
0.3
Dense to very dense,yellow-brown, silty
- SAND with gravel (SM); moist,fine to
I :.: medium, gravel is fine to coarse and
\approximately 25%. f 1.5
Very dense, gray, silty SAND with Infiltration test at 2.0 feet.
2.5— gravel (SM); moist, fine to medium,
El
I Z gravel is fine to coarse and
Li
approximately 20%- GLACIAL TILL.
Vertical saturation to 4.5 feet after
I test.
▪ 5.0
z
z -
No groundwater seepage observed
1 1-
Exploration completed at a depth of 6.0 60 ® to the depth explored.
- feet. No caving observed to the depth
Z explored.
u
O 7.5— Surface elevation was not
I 2 measured at the time of
u exploration.
u
E,
i 0 50 100
Y
a EXCAVATED BY:City of Federal Way LOGGED BY:J.Martinez COMPLETED:05/08/18
II ce
Lu
EXCAVATION METHOD:backhoe(see document text)
o G EODESIGNz KPG-87-01 TEST PIT
• 10700 Meridian Avenue North-Suite 402 MILITARY RD S/S 298TH ST ROUNDABOUT
Seattle WA 98133 JUNE 2018 FIGURE A-1
206.838.9900 www.geodesigninc.com FEDERAL WAY,WA
1
1
i
1
1
1
APPENDIX B I
1
i
1
1
1
1
1
1
1
1
1
1
1
I
Am Test Inc. Professional
13600 NE 126TH PLAnalytical
I Suite C Services
Kirkland, WA 98034 Alkill'EST
(425)885-1664 c ABOR A TORIES
I www.amtestlab.com
ANALYSIS REPORT
I GeoDesign, Inc. Date Received: 05/08/18
10700 Meridian Ave. North, #210 Date Reported: 5/23/18
Seattle, WA 98133
I Attention: JARED MARTINEZ
Project Name: MILITARY- 298TH ROUNDABOUT
Project#: KPG-87-01
IIAll results reported on an as received basis.
AMTEST Identification Number 18-A007779
Client Identification KPG-87-01-I1-S1
ISampling Date 05/08/18, 10:45
Conventionals
PARAMETER 'RESULT 'UNITS Q D.L. ;METHOD 1*-!
ICation Exchange Capacity 6.2 meq/100g 0.5 SW-846 9081 KQ 05/09/18
Miscellaneous
I PARAMETER R SULT UNITS Q D.L. METHOD T PCiAKST DATE '
Organic Matter 1.7 % SM 2540G DS 05/16/18
I
AMTEST Identification Number 18-A007780
I Client Identification KPG-87-01-12-S1
Sampling Date 05/08/18, 11:45
I Conventionals
PARI MET R , SULT UNITE 4 ,D.L.. ETHf,?, : ' ;r .Pi"' : '7
Cation Exchange Capacity 6.2 meq/100g 0.5 SW-846 9081 KQ 05/09/18
r
I
I
1
'11
I
r
GeoDesign, Inc.
Project Name: MILITARY-298TH ROUNDABOUT
AmTest ID: 18-A007780
Miscellaneous
PARAMETER RESULT 'UNITS Q . D.L. METHOD ANLST DATE
Organic Matter 1.8 % SM 2540G DS 05/16/18
I
S
I
1
Kathy ugiel 19/1
President I
r
I
I
Am Test Inc. Professional
1 13600 NE 126th PL Analytical
Suite C AMFEST Services
Kirkland, WA, 98034
(425)885-1664 LABORATORIES
www.amtestlab.com
QC Summary for sample numbers: 18-A007779 to 18-A007780
DUPLICATES
SAMPLE# ANALYTE UNITS SAMPLE VALUE DUP VALUE RPD
' 18-A007780 Cation Exchange Capacity meq/100g 6.2 5.3 16.
18-A008066 Organic Matter % 5.6 5.6 0.00
18-A008071 Organic Matter % 7.9 8.1 2.5
STANDARD REFERENCE MATERIALS
ANALYTE UNITS TRUE VALUE (MEASURED VALUE RECOVERY
Cation Exchange Capacity meq/100g 4.0 4.4 110.
BLANKS
ANALYTE UNITS RESULT
Cation Exchange Capacity meq/100g < 0.5
1
a
1
I
1
I
1
I
TEST AmTest Chain of Custody Record
13600 NE 126"'PL,Suite C, Kirkland,WA 98034
L A 9 0 AT OR IES Ph (425)885-1664 Fx(425)820-0245
1
www.amtestlab.com
Chain of Custody No. >.
Client Name &Address: Invoice To: I
Contact Person: Invoice Contact:
Phone No: U3 PO Number: I
Fax No: Invoice Ph/Fax:
E-mail: Invoice E-mail:
R-.-w belivery: (Choos t t apply) Data posted to online account: YES / NO
Mail / Fax / emai / Posted Online Web Login ID:
I
S• ial Instructions:
Requested TAT: (Rush must be pre-approved by lab) Temperature upon Receipt: , -`- T- I
Standard RUSH ( 5 Day / 3 Day / 48 HR / 24 HR )_
Project Name:mail-A7 A Z`1G'li s (3�t. 1 N Analysis Requested
iewc
Project Number: -0 k (1) a, c
a, m .x .13-
''
n (/)
0 r13 u \A ',.)
w
AmTest ID Client ID o E ° I I
(35 characters max) z ''3
Q v ®'
ICf '47'Of-il *51 5 i I04j 5a11- I 1
-- tilT,-$7 -o/- I2 � )1'19 salt. 1 , 1
I
I
I
I _
C Ilecte /Relinquished : • Date Time Received By: ," Date Time
/ 7
f
inquis es By: ate Time Received By: Date Time
111
Relinquished By: Date Time Received By: Date Time
$
COMMENTS:
1
1
1
1 www.geodesigninc.com
1
1
1
1
1
1
1
1
1
1
1
1
1 /i