Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-037 - Miles Resources RETURN TO: PW ADMIN EXT: 2700 ID#: /g�
CITY OF FEDERAL WAY LAW DEPARTMENT(ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ST12 C CT S
2. ORIGINATING STAFF PERSON: 1 AFF H UY N-k-1 EXT: 27—' 1 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
t CONTRACT AMENDMF.•.NT(A04):-ki- _-�3- ❑ INTERLOCAL
OTHER M
4. PROJECT NAME: w r"'
kj
5. NAME OF CONTRACTOR: 'ioso
ADDRESS: )-FC?fJ 1 J '1 -A IA3727TELEPHONE: �� -J
E-MAIL: 41
FAX: "-5_ 57-)— 8&4
SIGNATURE NAME: rGf CW 66+64h TITLE:C
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES 1A COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# p BL,EXP. 12/31/ UBI# .EXP.
7. TERM: COMMENCEMENT DATE:�Aod 1 9, 2G t!g COMPLETION DATE: I 0-3 I '20 i l
8. TOTAL COMPENSATION:$ �[� i� G�L.4 a5d'aµ7 � ; 1} 33 4(INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
[IPURCHASING: PLEASE CHARGE TO: 1 b9--L1-LiQC2 -17` 515- 250- (o I U
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
* PROJECT MANAGER ► hei
DIVISION MANAGER ef
DEPUTY DIRECTOR L
DIRECTOR
RISK MANAGEMENT (IF APPLICABLE)
" LAW DEPT
10, COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: >w—
11. CONTRACT SIGNATURE ROUTING L i� { cl l y A 9
❑ SENTTO VENDOR/CONTRACTOR DATE SENT: `S I DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICE( SES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY(MAYOR OR DIRECTOR) qLikkot
CFCY CLERIC
36VSSIGNED ACs# AG# Y
SIGNET]COPT"RET( RNED DATE SENT: "r
❑RETURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
RFB#19-001 AG#19-037 2 August 19, 2019
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2019 Asphalt Overlay Project Miles Resources, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order No. 3 provides to pay Miles Resources, LLC$26,700.00 for delaying Schedule C—1 st Ave S
work until July 29, 2019 to accommodate Lakehaven Water & Sewer District Water Main Improvement
Project.
The reason for paying Miles Resources, LLC$26,700.00 is for re-mobilizing equipment, increasing of liquid
asphalt costs, and subcontractors additional costs. Lakehaven Water&Sewer District agrees to reimburse
the City an amount of$26,700.00 per attached Letter of Understanding dated on May 31, 2019.
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
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR
DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
41 CO#2 Project Delays 1 LS $26,700.00
TOTAL NET CONTRACT: jINCREASE$26,700.00 DECREASE$
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 1,428,229
PREVIOUS CHANGE ORDERS $ 51,705
THIS CHANGE ORDER $� 26,700
NEW CONTRACT AMOUNT $ 1.506,634
CHANGE ORDER AGREEMENT#2 1 Rev. 8/19
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. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or
delete pursuant to Change Order except as specifically described in this Change Order.
dz,
CQ F�A&OR'S SIGNATURE ' DATE
PU IC WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT#2 2 Rev. 8/19
RETURN TO: PW ADMIN EXT: 2700 ID#: .3438 ` s 4 q/_
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ S'TTZE TS
2. ORIGINATING STAFF PERSON: S- FF H V V N t–t EXT: 27.2 1 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE): .�--�
1 CONTRACTOR SELECTION DOCUMENT(E.G,QZFBI RFP,RFQ)
PUBLIC WORKS CONTRACT LLV���+� ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
O ROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE o RESOLUTION
o CONTRACT AMENDMENT(AG#): o INTERLOCAL
tI OTHER RFI3.t (C(^Qo
4. PROJECT NAME: 26 i q a-Sph. 1-f- 0 ' { u. , f es^ a_e,1
CS5. NAME OF CONTRACTOR: ' a # r -- S "1.►�J� '
ADDRESS: 4)0 VOA - . N S --ituara,\,,Ajr.,in/A. tg3Z TELEPHONE: 25-3
E-MAIL: " _CAM
FAX:
SIGNATURE NAME: p�(iyy� 60yr1 CAM TITLE: ,n/(�l�Y"
6. EXHIBITS AND ATTACHMENTS:'SCOPE,WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO`'9 SIGN 0 REQUIRED LICENSES 0 PRIOR 'CONTRACT/AMENDMENTS
CFW LICENSE# C '-,(tet}`.�. . B ,EXP.
112/31/ (C1 UBI# �t3 'it-7o -1j9�,EXP. Th /aot9
7. TERM: COMMENCEMENT DATE: 4 24 COMPLETION DATE: I V S t II
8. TOTAL COMPENSATION:$ 1.,q(226 2-29 •40 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES ''IsAtIO IF YES,MAXIMUM DOLLAR AMOUNT: $
, IS SALES TAX OWED: ❑YES 0 NO IF YES,$ PAID BY: 0 CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
KPURCHASING: PLEASE CHARGE TO:
/() °� �7� 5'i ' 35 Ca m{
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INIT AL DATE APPROVED
ROJECT MANAGER .121 .__ pp`
1 [VISION MANAGER .gym ' ,Ii �1//i��el
�EPUTY DIRECTOR '. 1 /
ai ll[RECTOR Pr., Th I 17-_ 9 `I
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT ll it/iY MVP,
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: 1311-it 41 COMMITTEE APPROVAL DATE: 3/411
SCHEDULED COUNCIL DATE: 3`M41 (1 Q COUNCIL APPROVAL DATE: SA 1/19
11. CONTRACT SIGNATURE ROUTING � PA—
. ENT
2VF— ns i tit-11119
SENT TO VENDOR/CONTRACTOR./ DATE SEN L-�J DATE REC'D: 1L-
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LIC NSE ',EX [BIT
CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
: cDL
LAW DEPT 'FAL '
SIGNATORY MA �'� ' ��ze�►//--
CITY CLERKK �E�� 1,.�/.i1C/.Y11
ASSIGNED AG# AG# • •
DATE SENT: LI,S.‘1 r
N
RETURN9td1�RIGINALS / ry
COMMENTS: tW0
EXECUTE" "ORIGINALS
c �.1\ 110, r-I-rr„PA'L\1w\V S t kf's:�rS ROl f c 7:S\Ot e,�ic O F1 h'1 'loS\.l s i n\
�1)YpgiN7\ P>id (on <r_ 1r(4,41 €\ QUfS_r /`. 6I� , - r�
19-00 I. de)G-
1/2018
3
i
ORIGINAL CONTRACT #1 OF 3
416. CITY CLERK
CITY OF
1 Federal Way
' BID AND CONTRACT DOCUMENTS
' AND
'
SPECIFICATIONS
FOR
' 2019 ASPHALT OVERLAY PROJECT
1
RFB # 19-001
City of Federal Way
City Hall Hylebos Conference Room
33325 Eighth Avenue South
' Federal Way, WA 98003
' Mailing Address;
City of Federal Way
' PUBLIC WORKS DEPARTMENT
Federal Way, WA 98003-6325
,{te4
7,02i^#'`P'41
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
111
' 2019 ASPHALT OVERLAY PROJECT
RFB #19-001
Bids Accepted Until 3:00 p.m., February 25, 2019
' Bids Opened 3:10 p.m., February 25, 2019
AT:
City of Federal Way
' City Hall Hylebos Conference Room
33325 Eighth Avenue South
Federal Way, WA 98003
I
Prepared By:
' PUBLIC WORKS DEPARTMENT
CITY OF FEDERAL WAY, WASHINGTON
•t ii Y rvjY"7 ,y., c a +,.�t ><# x 4 > x 9 t .r*
.31,- S.j Sl �,x4 �'�- �'�°�`�',* R'� sate S ¢
.. �,a7}, :' E—"y�`r�X"s,s"�`,v ,"4.• r�'r .��.` ��.*c�d' "�s r"<r"'"._moi ::Y".';* -#".� <'z a,.m'
1
gHAFFFR
0 ' /_'
•
cA
0� �� STER�9 �w
sioNAL EAG
1
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 2 2019
RFB ver. 5-18
1
I
TABLE OF CONTENTS
IPAGE
IPUBLIC NOTICE - REQUEST FOR BIDS 4
BIDDER'S CHECKLIST 6
I
SECTION 1: INSTRUCTIONS TO BIDDERS 8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15
IATTACHMENT A: NO BID RESPONSE FORM (Attachment A) 21
ATTACHMENT B: BID FORM 22
I ATTACHMENT C: BID SCHEDULE 24
ATTACHMENT D: BID SIGNATURE PAGE 29
I ATTACHMENT E: BID BOND FORM 30
ATTACHMENT F: SUBCONTRACTOR LIST 31
I ATTACHMENT G: COMBINED AFFIDAVIT AND CERTIFICATION FORM 32
ATTACHMENT H: CONTRACTORS' COMPLIANCE STATEMENT 34
ATTACHMENT I: CONTRACTOR CERTIFICATION 35
IATTACHMENT): PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 36
ATTACHMENT K: PUBLIC WORKS CONTRACT 37
IEXHIBIT A: NOTICE OF COMPLETION 51
EXHIBIT B: CONTRACT CHANGE ORDER AGREEMENT 53
IEXHIBIT C: CONTRACTOR'S RETAINAGE OPTION 55
EXHIBIT D: CONTRACTOR'S RETAINAGE BOND 56
IEXHIBIT E: NOTICE TO LABOR UNIONS OF OTHER EMPLOYMENT
ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT 59
I EXHIBIT F: CERTIFICATE(S) OF INSURANCE 60
EXHIBIT G: PERFORMANCE/PAYMENT BOND 61
tEXHIBIT H: TITLE VI ASSURANCES 64
IAMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
INTRODUCTION TO SPECIAL PROVISIONS BLUE PAGES
ISTANDARD PLANS AND DETAILS (Appendix A) WHITE PAGES
PREVAILING WAGES AND BENEFIT CODE KEY(Appendix B) YELLOW PAGES
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 3 2019
IRFB ver. 5-18
CITY OF FEDERAL WAY
REQUEST FOR BIDS
2019 ASPHALT OVERLAY PROJECT RFB # 19-001
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
' February 25, 2019 at 3:00 p.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 3:00 p.m. on said date will not be considered.
' BID OPENING:
All bids will be opened and read publicly aloud at 3:10 p.m. on February 25, 2019 at City Hall
' Hylebos Conference Room, 33325 8th`Avenue South, Federal Way, Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
' Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
DESCRIPTION OF WORK:
This project shall consist of:
Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto
(excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by
' the Owner or others), for the construction, sequencing and traffic control plan for overlaying
existing asphalt concrete pavement in four (4) different locations within the City of Federal Way.
The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. 1/2" PG 58H -22) pavement
' overlay (approximately 6,600 tons), roadway excavation, planing bituminous pavement, pavement
repair, removal and replacement of curb and gutter, sidewalk, curb ramps, traffic curb, repairing or
re-aligning manholes and catch basins, traffic signal detection loops, pedestrian push button,
' channelization, restoration, utility adjustments, and all items necessary to complete the work as
described in the Contract Documents.
' The Contractor shall complete all work within 80 working days.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents. Any questions concerning the description of the work contained in the contract
documents must be directed to Jeff Huynh, Street Systems Engineer, by email at
' jeff.huynh@cityoffederalway.com, or by letter addressed to Jeff Huynh, Street Systems Engineer.
The questions must be received by the City on or before Friday, February 20, 2019 to allow a
written reply to reach all prospective Bidders before the submission of their bids.
' 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
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 4 2019
RFB ver. 5-18
1
I
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
I addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
should you require assistance with access or registration.
I
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.
IThe 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
Ipracticable opportunityto compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
Ipertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
I Proceed as soon as the Contract and all required associated documents are executed in full.
Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under
this project by the specified working days.
IRESERVATION OF RIGHTS:
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. 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.
IDated the 5th day of February, 2019.
Dates of Publication:
Daily Journal of Commerce: February 9, 2019
I
February 16, 2019
Federal Way Mirror: February 8, 2019
I
February 15, 2019
I
I
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 5 2019
RFB ver.5-18
I
BIDDER'S CHECKLIST
' The bidder's attention is especially called to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
❑ Bid Form (Attachment B)
' The Bid Form shall be completed and fully executed, including filling in the total bid amount.
❑ Bid Schedule (Attachment C)
' The unit prices shall be set forth in the space provided.
❑ Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
❑ Bid Bond Form (Attachment E)
' This form is to be executed by the bidder and the surety company unless a certified check is.
submitted with the bid. The amount of this bond or certified check shall not be less than five
percent (5%) of the total bid amount and shall be shown in both words and figures.
' ❑ Subcontractor List(Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
Ii: Combined Affidavit and Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
In Contractor's Compliance Statement(Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
c. CONTRACTOR CERTIFICATION —WAGE LAW COMPLIANCE (Attachment I)
This form must be filled in and fully executed by the bidder.
IL] Proposal for Incorporating Recycled Materials (Attachment 7)
This form shall be filled in and executed by the bidder.
In Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
' ❑ Contractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
' number and, as applicable, an employment security department number and state excise
tax registration number.
1
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 6 2019
RFB ver. 5-18
SUCCESSFUL BIDDER'S CHECKLIST
' The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
Public Works Contract (Attachment K)
t The successful bidder will fully execute and deliver to the City the 2019 ASPHALT OVERLAY
PROJECT Public Works Contract ("Contract') from these Bid Documents.
' ❑ Contractor's Retainage Option (Exhibit C)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Option.
❑ Contractor's Retainage Bond (Exhibit D)—If Applicable
' If the retainage bond option is chosen, then the successful bidder will fully execute and
deliver to the City the Contractor's Retainage Bond.
❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in
Employment(Exhibit E)
' If this applies, the successful bidder will sign and post copies of this Notice in conspicuous
places available to employees or applicant for employment.
' ❑ Certificate of Insurance (Exhibit F)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
❑ Performance/Payment Bond (Exhibit G)
The successful bidder will provide a fully executed Performance/Payment Bond as
appropriate.
' ❑ Business License
I
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 7 2019
RFB ver.5-18
1
SECTION 1: INSTRUCTIONS TO BIDDERS
' 1-1 Time and Place for Submission and Opening of Bids
' Sealed bids must be submitted by 3:00 p.m. local time on February 25, 2019, to the
Purchasing Office of the City of Federal Way (the "City"), located on the second floor of City
Hall, or received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue S,
' Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in City
Hall Hylebos Conference Room on February 25, 2019 at 3:10 p.m. local time.
' The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids
' will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
' and time indicated above.
1-2 Bid Form
Bids shall be made on the "Bid Form" (Attachment "B") issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
' in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
' claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 8 2019
RFB ver. 5-18
1-5 Modification of Bid
' A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents— Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
' documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and/or
services to be provided herein. The failure or neglect of a bidder to examine such
' documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
' of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
' 1-7 Interpretation of Bid and Contract Documents
' No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Any questions
concerning the description of the work contained in the contract documents must be
' directed to Jeff Huynh, Street Systems Engineer, by email at
jell.huvnh(acitvoffederalway.com, or by letter addressed to Jeff Huynh, Street Systems
Engineer. The questions must be received by the City at least three (3) days before the date
' announced for opening the bids. Any interpretation deemed necessary by the City will be in
the form of an addendum to the bid documents and when issued will be sent as promptly as
is practical to all parties to whom the bid documents have been issued. All such addenda
' shall become part of the bid.
1-8 Addenda
' Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
' 1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
' taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
In the event of a discrepancy between a unit price and an extended amount and/or the total
' price, the unit price will govern and the extended amount and/or total price will be
corrected accordingly; however, downward correction of a bid, which would displace the
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 9 2019
RFB ver.5-18
1
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
' 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
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.
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 10 2019
RFB ver. 5-18
I
I 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
I responsibility criteria and supplemental bidder responsibility criteria to be considered a
responsible bidder:
I 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;
I
b. Have a current Washington Unified Business Identifier(UBI) number;
c. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
I bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
I required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
I
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
I 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
Ior general jurisdiction. •
2. Supplemental Bidder Responsibility Criteria
' a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, that demonstrate a lack of effective management by
the bidder of making timely and appropriate payments to its subcontractors,
I suppliers, and workers, unless there are extenuating circumstances
acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed projects
I 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,
Iand complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
I 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
I 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
I information; the owner and contact information for the owner; a list of claims
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
claim and the ultimate resolution of the claim.
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 11 2019
RFB ver. 5-18
II
b. The bidder shall submit a list of projects of similar size and scope to this
U
project and include information about each project, including the following:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
I
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
regarding performance in the following areas; quality control; safety record;
I
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.
I c. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
1
I
d. Under penalty of perjury, the bidder shall provide certification that the bidder
is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d)
and referenced wage payment statutes under RCW 39.04.350(1)(g)and (2).
I4. 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
I
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
1 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,
I 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.
I1-15 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
I
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.
II1-16 Bid Documents
Bidders are required to submit with the bid package the following:
IA. Attachment A— No Bid Response Form, if applicable.
I
B. Attachment 8— Bid Form.
C. Attachment C— Bid Schedule.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 12 2019
RFB ver.5-18
D. Attachment D— Bid Signature Page.
E. Attachment E—Bid Bond Form.
' F. Attachment F—Subcontractor List, if applicable.
' G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H—Contractor's Compliance Statement.
' I. Attachment 1—Contractor Certification —Wage Law Compliance.
1-17 Conflicts of Interest and Noncompetitive Practices
' By submitting a bid, the Contractor agrees as follows:
' A. Conflict of Interest—That it has no direct or indirect pecuniary or proprietary interest, that
it shall not acquire any interest which conflicts in any manner or degree with the work,
services, equipment or materials required to be performed and/or provided under this
contract and that it shall not employ any person or agent having any such interests. In the
' event that the Contractor or its agents, employees or representatives hereafter acquires
such a conflict of interest, it shall immediately disclose such interest to the City and take
action immediately to eliminate the conflict or to withdraw from this contract, as the City
may require.
B. Contingent Fees and Gratuities
' 1. That no person or selling agency except bona fide employees or designated agents
or representatives of the Contractor have been employed or retained to solicit or
secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
' given by the Contractor or any of its agents, employees or representatives, to any
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
' awarding or amending, or the making of any determination with respect to the
performance of this contract.
' 1-18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid
Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
' damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and/or
performance bond required herein), in the event the contract is awarded to them, within ten
(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
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 13 2019
RFB ver. 5-18
1
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,
Ibidder'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
I
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.
I1-19 Performance/Payment Bond
I
The bidder to whom the City has awarded this Contract will remove the
Performance/Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company in the amount of one hundred
' percent (100%) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the work
and all payments arising from the performance of the work due the State of Washington
pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety
I
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the current Authorized Insurance Company List in the State of
Washington, published by the Office of the Insurance Commissioner. The scope of the
' Performance/Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8"Indemnification"of the Public Works Contract.
I
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
I
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
I
Contract until sufficient surety as required is furnished.
1-20 Bid Dispute
IA. 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
I
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
I
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;
I 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
I
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 14 2019
RFB ver. 5-18
I
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 -- 2019 Asphalt Overlay Project RFB # 19-001
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
' in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
' stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise promptly
furnished to the aggrieved person and any other interested parties who requested a
copy of the decision. The decision will be considered final and conclusive unless
appealed within five (5) calendar days after receipt of the decision to the Mayor or his or
her designee. If the decision is appealed, then the subsequent determination of the
' Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
IThe Contractor's performance under this contract will be monitored and reviewed by Jeff
Huynh, Street Systems Engineer. Questions by the Contractor regarding interpretation of
the terms, provisions and requirements of this contract shall be addressed to Jeff Huynh,
Street Systems Engineer, for response.
2-2 Proof of Compliance with Contract
' In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 15 2019
RFB ver. 5-18
1
I
2-3 Contract Documents and Precedence
IThe 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,
I Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, 2019 Asphalt Overlay
Project Contract, General Contractual Terms and Conditions, Contractor's Compliance
Statement, Combined Affidavit and Certification Form, Technical Specifications, Addenda
I and Change Orders, and the 2019 Asphalt Overlay Project Special Provisions; 2018 WSDOT
/ APWA Standard Specifications for Road, Bridge and Municipal Construction; Contract
Special Provisions; Standard Plans and Details attached as Appendix B; Current Prevailing
I Wage Rates and Benefit Code Key attached as Appendix C; and all other Appendices
attached hereto and incorporated by this reference, (collectively the "Contract Documents").
The contract documents are intended to be complementary so that what is required by any
Ione 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
I
binding.
2-4 Charges to Contractor
ICharges 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
I 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.
I2-5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
I 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
Ias 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
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. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
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 form from the City or after giving
I 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
I 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.
I No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
I City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 16 2019
RFB ver.5-18
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
' deducted from the contract price and the delivery schedule will be reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
' on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
' 2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
' sales taxes and all other governmental taxes, assessments and charges.
2-8 Shipping Charges
' All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
' 2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
' the Contractor to be free from defects in materials or workmanship for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any contractual or attached warranties. If
' the merchandise sold or work performed hereunder is defective on account of workmanship
or materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials shall be promptly
' corrected.
2-10 No Waiver of Warranties and Contract Rights
' Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
' any express or implied warranty or any right under this contract or in law.
2-11 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of
the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
2-12 Applicable Law and Forum
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
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 17 2019
RFB ver.5-18
I
Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County
ISuperior Court, which shall have sole and exclusive jurisdiction and venue.
2-13 Hazardous Chemical Communication
IIn 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
I 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.
IInclude the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
I
MSDS.
A. 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.
I
A. A statement as to the intended use of the product.
I
2-14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
I 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
I 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
I (and not as a penalty) in accordance with Section 1.3 of Attachment ], Public Works
Contract, to compensate for any damages caused by such delay. The City may deduct from
any payment owing to the Contractor, any liquidated damages, which may be incurred by
I
the Contractor pursuant to this paragraph.
2-15 Force Majeure
ItYThe Contractor's or City's failure toperform anyof its obligations under this contract shall
9
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
I
enemy, acts of any government, fire, floods, epidemics, and strikes.
2-16 Patents, Copyrights and Rights in Data
I
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
I case where it is legally permissible, determine that it is in the public interest that it not be
so owned or available.
I 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
ICity of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 18 2019
RFB ver. 5-18
complete (referred to in this subsection as "Subject Data"), shall be vested in the City or
such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
' All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
' the City. The Contractor shall also place their endorsement on all Subject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
' The Contractor shall ensure that substantially the foregoing paragraphs are included in each
subcontract for the work on the project.
2-17 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
ted
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 bythe City, shall bepaid bythe Contractor.
P
i The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
hold the City, together with its officers and employees, harmless against any and all
I'', I demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
' City, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
' furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
' 2-18 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written order,
' or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are
' incorporated by this reference.
By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor
completely waives any claims for protested Work.
' Any claims or causes of action shall be brought only in the Superior Court for King County,
Washington.
' 2-19 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 19 2019
RFB ver.5-18
' 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.
t
1
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 20 2019
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. 19-001
' Bid Title: 2019 Asphalt Overlay Project
❑ Cannot comply with specifications.
' o Cannot meet delivery requirement.
u Do not regularly manufacture or sell the type of commodity involved.
' ❑ Other (please specify).
Explanation of reason(s) checked:
' Check one of the following:
WE DO
' ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
' Address: Phone:
Signature Date
Name (Type or Print) Title
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 21 2019
RFB ver. 5-18
Attachment B
BID FORM
CITY OF FEDERAL WAY
2019 ASPHALT OVERLAY PROJECT
BID FORM
Bidder: Miles Resources,LLC Date: 02/25/19
ITEM BID AMOUNT
A) Schedule B S 336th St (10th PI S to 18th Ave S) $ '�fi'a} ► •OCA
B) Schedule C- 1st Ave S (SW 312th St to SW 301st St) $ 5D 1,��3 3L1-,C
TOTAL BASE BID AMOUNT $ c o 1 lob ,
C) Alternate 1, Schedule Al - 1st Ave S (SW 363rd PI to S 361st PI) $ 2.13,lv'-2-3
D)Alternate 2, Schedule A2- 1st Ave S (S 361st PI to S 356th St) $ .00
00
TOTAL ALTERNATIVE BID AMOUNT
TOTAL BID AMOUNT $I,4-2?), 22-9 . '-to
(including Washington State sales tax, all other
government taxes, assessments and charges)
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of 2019 Asphalt
Overlay Project,,and other documents relating thereto, the undersigned has carefully examined all
of the bid and contract documents as the premises and conditions affecting the delivery, supply and
maintenance of 2019 Asphalt Overlay Project, and hereby proposes to furnish all labor, materials
and perform all work as required in strict accordance with the contract documents, for the above
referenced amount, inclusive of Washington State sales tax and all other government taxes,
assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not less than five percent (5%) of the total amount bid is attached hereto, which it is, agreed
shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned fails to execute the 2019 Asphalt Overlay Project Public Works Contract and to provide
the required certificate of insurance to the City, under the conditions thereof, within ten (10)
calendar days after the Notice of Award; otherwise said Bid Security will be returned to the
undersigned.
Bond or Certified Check Bond Dollars ($5%of total bid amount)
The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The
City may correct obvious mathematical errors.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 22 2019
RFB ver. 5-18
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. Date Issued:
Addendum No. Date Issued:
Addendum No. Date Issued:
Miles Resources,LLC
-eefpefation/Partnershipffrrcfittidtrerl- Firm Name
(Delete Two) (LLC)
MILESRL897RK
Bidder's State License No. Signatura. ey Gri ith
602-870-349 General Manager
Bidder's State Tax No. Title
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 23 2019
RFB ver.5-18
A7TACHMENTC
CITY OF FEDERAL WAY
2019 ASPHALT OVERLAY PROJECT
BID SCHEDULE
NOTE: Unit Prices for all items,all extensions,and the total amount of the bid must be shown. Show unit prices in legible figures.
Where conflict occurs between the unit price and the total amount named for any item,the unit price shall prevail,and the totals;
shall be corrected to conform thereto.
SCHEDULE Al-1ST AVE S(SW 363RD PL TO S 361ST PL)
ITEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
Mobilization
1 1-09 1 is 2_I9.000,00 2to.COD CC)
Flaggers and Spotters
2 1-10 350 HR •00 2.D1 1050 .00
3 1-10 other Traffic Control Labor
45 HR .11 SD 3 2-I-1.Cao
4 1-10 Portable Changeable Message Sign
30 DAY i 1 O,00 3 r 300,00
5 2-02 Asphalt Concrete Pavement Sawcutting
165 LF 'L.op 3 30,oO
6 2.02 Cement Concrete Sawcutting
156 LF 2 . 00 3 i 2 .oo
7 Removal of Cement Conc.Sidewalk
z=az 160 sv .D0 3 ZCO
Removal of Mountable Cement Conc.Curb
8 2-02 135 LF S•00 k9-16,00
9 2 03 Roadway Qccavation Incl. Haul
24 0, 130,00 '3,t 2_0.OD
10 4-04 Maintenance Rock for Shoulder Reconstruction,Incl. Haul 5 TN , 31 ,00
11 5-04 Planing Bituminous Pavement
2,750 sY .3D \ c62.5,00
12 5-04 HMA Cl. 1/2"PG 58H-22, 805 TN (32-1-t0 U(01332..00
13 5-04 HMA Cl. 1/2"PG 58H-22 for Pavement Repair
50 TN i lv�a,DO S31.2.6D,
14 8 02 Sod Lawn Incl.4 In Topsoil
14 SY12-U.OD I , 00
15 8-03 Repair Existing Irrigation Systems
1 FA $3000.00y 3.0c0,00
Cement Conc.Curb&Gutter
16 8-04 12 LF o 6 JD() 1+10 .OCD
17 8-04 Mountable Cement Conc.Curb 135 LF 30 CO 410 50 '
18 8-09 Raised Pavement Marker,Type 2
1.1 HUND150.00 'r
g25 ,Oo
19 8-09 Hydrant Marker,Type 28 Old 1 CSD, 00
2 EA
20 8-13 Adjust Monument Case&Cover 4 EA WCO.C0 ,Z HOD•Go
21 g-14 Gement Conc.Sidewalk 40 SY X5.0 2 i 0.OD
g- Cement Conc. Curb Ramp Type 2 Parallel SW. 291 C�
22 14 C�p , 00
5 EA j�
23 8-14 Cement Conc. Curb Ramp Type Single Direction 3 1, ��.00
Ctty of Federal Way
2019 Asphalt Overlay Project RFB#19-001
PWC ver,415 Page 24 2019
24 8-22 Paint Line 3023 LF 17, V-JO I,SIDS.50
25 8 22 Plastic Crosswalk Line
300 LF (0.00 . ro o •CC)
SUBTOTAL SCHEDULE Al. 213,U2_3.bG
SCHEDULE A2-1ST AVE S(S 361ST PL TO 356TH ST)
ITEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
Mobilization
1 1-09 1 L5 2q.,O ',CD ,ODD,
2 1-10 Flaggers and Spotters
400 HR ,1717 2.3,lO0 . DO
3 1-10 Other Traffic Control Labor
50 HR i BO 15.i]C]
1-10
Off Duty Uniformed Police Officer
4 1 FA $5,400.00 $5,400.00
5 2:01 Roadside Cleanup
1 FA $3,000.00 $3,000.00
Asphalt Concrete Pavement Sawcutting
6 2-02 94 LF 2•oo �%OCA
7 2-02 Cement Concrete Sawcutting
90 LF .00 00
8 2-02 Removal of Cement Conc.Sidewalk
170 SY 2D,0 3►400.00
Removal of Mountable Cement Conc. Curb
9 2-02 1,410 LF 5.00 -n1050.00
10 2 03 Roadway Excavation Incl. Haul
55 CY 13C).00 `1 1 So.00
11 4.04 Maintenance Rock for Shoulder Reconstruction,Incl. Haul
60 TN -15 co 14, Cgo.,C
12 5-04 Planing Bituminous Pavement
1,120 SY 1+•3C] 4"3110. DO
13 5-04 HMA Cl. 1/2"PG 58H-22
945 TN 532- ,�( 11,<8(.08,170
14 5 04 HMA CI. 1/2"PG 58H-22 for Pavement Repair 1 tp ,GO 1 iON1 5.O0
115 TN
15 7 05 Adjust Catch Basin
1 EA 100.00 -100.00
16 7-05 Adjust Existing Utility to Grade
1 FAA C0.00 VU q00.co
17 8-03 Repair Existing Irrigation Systems
1 FA $1,000.00 $1,000.00
18 8-04 Cement Cone. Curb&Gutter 13 LF ';(3%°0 4 5. ,00
Mountable Cement Conc. Curb
19 8-04 1,410 LF .00 ,300.c0
20 8 09 Raised Pavement Marker,Type 2
2 HUND -150°co 11500.00
21 8-09 Hydrant Marker,Type 2B EA 2ID.00 I ,00
22 8-13 Adjust Monument Case&Cover
EA 1CC0,CO 10<O. CO
23 8-14
Cement Conc.Sidewalk 9 SY L95,00 JS S.(JG
24 8-14 Cement Conc. Curb Ramp Type 2 Parallel ,S Ce'1-1 O,CO
3 EA
City of Federal Way
2019 Asphalt Overlay Project RFB#19-001
PWC ver.415 Page 25 2019
25 8 20 Pedestrian Pushbutton and Foundation
1 LS: x,250.00 ,250,00
26 8-20 Detector Loop
10 EA 525.00 i2S0.00
27 8-22 Paint Line
3,880 LF O.SO i %G1 •CO
28 8-22 Painted Wide Line
180 LF U. Gl 0 ,00
29 8-22 Plastic Crosswalk Line
220 LF 1°'.D° 2-12_00. 00
30 8-22 Plastic Stop Line
34 LF 10,0}0 .DO
31 8-22 Plastic Traffic Arrow
4 EA 10.00 LL XC)•00
SUBTOTAL SCHEDULE A2 2-11-V ir-..00
SCHEDULE B-S 336TH ST(10TH PL S TO 18TH AVE S)
1 ITEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
1 1-09 Mobilization
1 LS EPLoco,00 =1,000. 00
Flaggers and Spotters
2 1-10 700 HR .0 1-k-) ,3001 OG_
3 1-10 Other Traffic Control Labor
50 HR ., I . ' c) 3,5-15 .00
1
Off Duty Uniformed Police Officer
4 1-10
1 FA $7,200.00 $7,200.00
Construction Signs Class A
5 1-10 98 SF 2-J.00 2_i t} O.00
6 1-10 Portable Changeable Message SignSDG , OJ
36 DAY 1ID.00 '3,
7 2-01 Roadside Cleanup
1 FA $3,000.00 $3,000.00
8 2-02 Asphalt Concrete Pavement Sawcutting
130 LF 2 00 2100. 00
9 2 02 Cement Concrete SawcuttingX _
265 LF ca.DO 30.00
Removal of Cement Conc.Sidewalk
10 2-02 160 SY 20,00 3,2_00.00
11 2-03 Roadway Excavation Incl. Haul
90 CY q l+.CJD q.;44.490 .00
12 5-04 Planing Bituminous Pavement
7,002 Sl! 'SO 3Si51,1 .Do
HMA CL. 1/2"PG 58H-22
13 5-04 1,540 TN `3611.Da t31,at2D .00
HMA Cl. 1/2"PG 58H-22 for Pavement Repair
14 5-04 190 TN 1 ti95,OD S`'' SC). d0
Adjust Manhole
15 7 0S 8 EA 100.00 5,1pDO.CO
16 7-05 Adjust Catch;Basin
3 EA 100.00 2 I\ .00
17 7.05 Replace Existing Frame and Grate with Ergo Frame and Lid i1.3� 1
and Adjust to Finished Grade 7 _ EA
18 7-05 Re-grout Catch Basin
2 EA I OD.CO 1.,,00.0 0
19 7.05 Adjust.Existing Utility to Grade
5 EA CO.DO 1+1 00
City of Federal Way
2019 Asphalt Overlay Project 1 FB#19-001
PWC ver;4-15 Page 26 2019
20 8-02 Sod Lawn,Incl.4 In Topsoil
13 SY 1 20.00 I t5(PD.03
21 8-03 Repair Existing Irrigation Systems
1 FA $2,000.00 $2,000.00
22 8-09 Raised Pavement Marker,Type 2
4.4 HUND la).00 3)3C0.00
23 8-09 Hydrant Marker,Type 28
4 EA cW.L..0 ZOO,00
24 8-13 Adjust Monument Case&Cover
2 EA WO,CD I i 21)0,o0
Cement Conc.Sidewalk
25 8-14
32 SY (06.00 24020 .CX:),
26 8-14 Cement Conc. Curb Ramp Type Perpendicular
4 EA
27 8-22 11400,00 2-61,1900, CC3
Painted Bicycle Lane Symbol
2 EA -16,1a) '1 60.00
Profiled Plastic Line
28 8-22
8,377 LF 2-.C.1) I t.or151-k-.00
Plastic Edge Line
29 8-22
30 8-22 412 LF 2-00 24. .00
Profiled Plastic Wide Line
994 LF 4%00 ic=1-1 .oc)
31 8-22 Profiled Plastic Dotted Wide Line
142 LF 5,00 1 1 0.00
Plastic Crosswalk Line
32 8-22
860 LF t('')C) 1+, 300.00
33 8-22 Plastic Stop Line
130 if 10.00 I , 300,00
Plastic Traffic Arrow
34 8-22
17 EA le0.00 '2_1550.00
SUBTOTAL SCHEDULE 8 43 t ISLOD .00
SCHEDULE C-1ST AVE S(S 312TH ST TO S 301ST ST)
/TEM APPROX. UNIT TOTAL
NO. ITEM DESCRIPTION QUANTITY UNIT PRICE BID
1 1-09 Mobilization
2 1-10 1 , LS U5,0DD,U) U9S,D09 .00
Flaggers and Spotters
900 HR Sal .D0 r-r?..), k OD.00
Other Traffic Control Labor
3 1-10 _ 100 HR -11 • Q -1,1 SD,co
Off Duty Uniformed Police Officer
4 1-10
5 1-10 1 FA $5,000.00 $5,000.00
Portable Changeable Message Sign
36 DAY 1 1 D.c0 3F1 OD.OD
Roadside Cleanup
6 2-01
7 2-02
1 FA $3,000.00 $3,000.00
Asphalt Concrete Pavement Sawcutting
125 LF 2.D0 9-so.00
Cement Concrete Sawcutting
8 2-02
9 2-02 110 _ LF 2-.0° 2-2-0.°° _
Removal of Cement Conc. Sidewalk
/0.00 1 ,Ot CC)
Removal of Cement Conc. Traffic Curb
95 SY .00
10 2-02
180 LF i2-.00 2.300.00
City of Federal Way
2019 Asphalt Overlay Project RFS#19-001
PWC ver 4-15 Page 27 2019
11 2-03 Roadway Excavation Incl Haul
75 CY C)114 ,CD -11 G5 ).co
12 4 04 Maintenance Rock,for Shoulder Reconstruction,Incl. Haul 1 D
130 TN
Planing Bituminous Pavement 3�
13 5-04 3,702 SY 1+.^1` ii + 0
14 5 04 HMA Cl. 1/2"PG 58H-22
2,615 TN .1(2..DO 'i1)3►o110.DO
15 5=04 HMA Cl.1/2"PG 58H-22 for Pavement,Repair
150 TN 11.05.OD 2-1- 1150.00
16 7-05 Adjust Manhole
6 EA 1 CO.CO '-1-,2.00,CO
i7 7_05 Adjust Catch Basin
3 EA -1 D0.00 2,100.CD
18 8 02 Sod Lawn,Incl. 4 In Topsoil
5 SY 120.001.900.00
19 8-03 Repair Existing Irrigation Systems
1 FA $3,000.00 $3,000.00,
20 8-07 Precast Sloped Mountable Curb
5 LF I CO DO F6Co.OD
21 8-07 Precast Dual Faced Sloped Mountable Curb
175 LF 30.00 5'250,oo
Raised Pavement Marker,Type 2
22 8-09 4 HUND 150.00 31( CD,00
23 8-09 Hydrant Marker,Type 2B
24 8-11 Raising Existing Beam Guardrail
50 LF I 0x).0 5,cop.co
25 8 13 Adjust Monument Case&`Cover
1 7 EA UCO,00 1-1-,2a)..co
26 8-14 Cement Conc.Sidewalk
9 SY .95,l),) 3g5 ,CO
27 8-14 Cement Conc. Curb Ramp Type 1 Parallel p ��
1 EA SrD,IC5I
Cement Conc.Curb Ramp Type 2 Parallel
28 8-14 2 EA 5 3CO,CO i L UDO.00A
29 8-14 Cement Conc.Curb Ramp Type Single Direction EA 2 5 10 I UCO` 0
30 8-14 MMA-Style Truncated Dome Detectable Warning Surface
3 SY I iSOOLO 4.-, t)..CAD
31 8-20 Detector Loop 10 FA 525. ciS ,2.50 .e'er
32 8-21 R9-3A Sign and Post 1 LS S 1C0 3i90 .00
33 8-22 Profiled Plastic Line 8,645 IF 2.00 11
291C7 .Oo
34 8 22 Plastic Edge Line
6,650 LF 2 .DO 13,3C0 ,Do
Profiled Plastic Wide Line
35 8-22 100 LF - CO 400.00
36 8-22 Plastic Crosswalk Line 420 LF 5'0 2' io01 CO
37 8-22 PlasticStop Line 96 LF 10,a) 9 Ivo,oo
38 8-22 Plastic Traffic Arrow 10 EA 1 GD.00 (i C 7.oc
SUBTOTAL SCHEDULE 5C5-1 rc6'11'.40
City of Federal Way
2019 Asphalt Overlay Project RFB#19-001
PWC ver.4-15 Page 28 2019
Attachment D
BID SIGNATURE PAGE
Date:
02/25/19
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or'
services pursuant to the 2019 Asphalt Overlay Project and comply with all other terms and
conditions of the contract and bid documents of RFB 19-001.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent(5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership,joint venture or corporation.
Miles Resources,LLC
C-marr/Par'tnership/ a}- Company
(Delete Two) (LLC)
By: i
(Sign r e
Bradley Griffith
(Printed Name)
Its: General Manager
(Title)
400 Valley Ave.NE
Puyallup,WA 98372
(Address)
253-383-3585
(Telephone Number)
City of Federal Way RFB-# 19-001
2019 Asphalt Overlay Project Page 29 2019
RFB ver. 5-18
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of$ 5%of Bid Amount , which amount is not less than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Miles Resources, LLC , as
Principal, and Liberty Mutual Insurance Company , as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount
and 00/100 dollars ($5%of Bid Amount), for the payment of which the Principal and the Surety bond
themselves, their heirs and executors, administrators, successors and assigns, jointly and severally,
by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
2019 ASPHALT OVERLAY PROJECT
According to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit
to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation
shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety
shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THIS 25th DAY OF February , 2019
Miles Reso , 1
Addd`
Pr'•faI *7° '\ i"` v
Liberty Ms ual Ins ance ompany f
-
Surety Aliceon Aliceon A. Keltner,Attorney-in-Fact
Date: , 20__.
Received return of deposit in the sum of$
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 30 2019
RFB ver.5-18
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
A
This Power of Attorney limits the acts of those named herein,and they have no authority to
NY
` bind the Company except in the manner and to the extent herein stated.
'-*V. , Liberty
Liberty Mutual Insurance Company
P ` Mutual® The Ohio Casualty Insurance Company Certificate No:8200306-023049
West American Insurance Company
SURETY
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, Holli
Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L.
Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.
Swanson,Misti M.Webb,Eric A.Zimmerman
all of the city of Tacoma state of Washington 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 January , 2019 .
Liberty Mutual Insurance Company
,tNsupPITY iNS4j ,, mu"? The Ohio Casualty Insurance Company
,,o PGoRPORyr q y� hJ 4oaror�r Qgy `vP oµ°or+4r ti� West American Insurance Company
▪ 3 00coQ3 InCIC % 0 c0
• 1912 0 1919 1991 %�/� N
r v %yo yZF r` o a ° l 'n
a) d�%s4CHU5 .da O�h'NA MPi'i� '(s �NOIANP' .da B c
i7 * 0 yl * ld x,1,1 * 1,d y: / rn
c David M.Carey,Assistant Secretary
co
State of PENNSYLVANIA T
:16i S County of MONTGOMERY ss m
c
a
co c
Oa) On this 15th day of January , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0
o 2 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—I-
To
N > therein contained by signing on behalf of the corporations by himself as a duly authorized officer, o w
a
� 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. Q
C'u) A PAS oM
O L. 474-
5 4,0 e,,,,
TF‹. COMMONWEALTH OF PENNSYLVANIA Q 4
kr.o°t d<� Notal Sem € /�j�4iCC.(�1.�/
N o t_ OF
s y Teresa Pastella,Notay Pubic `- at
o upper Primate Top.,May County By: a)
c a3 .'Nsr1�a`'�4, eresa Pastella,Notary Public My Commission Expires March 28,202/ o
' Q)..-• Member,Pennsylvania Resonation M Notaries
p)N ARY 13t0' CL O
as 2 w e
n a) 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 c
o.£ Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o ami
aS ARTICLE IV-OFFICERS:Section 12.Power of Attorney. .
o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the=.0
-g >, President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o
co c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall 2 N
}>,, 2 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such "o`?
Z 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 the M
Li=03
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. co d
ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 25th day of February , 2019 .
Pt'tNS4 POSY 'NSG 14S4
,,t'.
=4oaPo�t co4.?4' POR9ro, t c.7.* Po
*oR �o?.�
1912 0 ° 1919 f)4. 0 s 1991 0 �, yA",.
Yd0�is4 cHus y°,
4b .s.1.,„
N4MP- .4.., ',s 4 oIA " .4b By:Renee C.Llewellyn,Assistant Secretary
* )- h'1 * 1st' h1 * *e'
LMS-12873 LMIC OCIC WAIC Multi Co 062018
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
2019 ASPHALT OVERLAY PROJECT
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter
19.28 RCW, or identify the bidder for the work will result in your bid being non-responsive and
therefore void.
Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW,.
must be named below, or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires
other subcontractors, has a current certificate of registration in compliance with chapter 18.27
RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance
(workers'compensation) coverage for the subcontractor's employees working in Washington, as
required in Title 51 RCW, if applicable; has a Washington Employment Security Department
number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor
license, if required by Chapter 70.87 RCW.
The following listed bid items (listed in numerical sequence) for this project havebeen proposed for
subcontracting to subcontractors as indicated.
SUBCONTRACTOR ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED?`
NAME (Y/N)
&tietilnc ' Pt/-251A2.-2Lv, Cr-324,1C0. cO fifes
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 31 2019
RFB ver.5-18
Attachment G
City of Federal Way
COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non-Collusion, Anti-Trust, Prevailing Wage (Non-Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON-COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he/she is the identical person who submitted the
foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the
interest or on behalf of any person not therein named, and further, that the deponent has not
directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham
bid, or any other person or corporation to refrain from bidding, and that deponent has not in any
manner sought by collusion to secure to himself/herself or to any other person any advantage over
other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT Inspector
General. All information will be treated confidentially and caller anonymity will be respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti-
trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to
purchaser any and all claims for such overcharges as to goods and materials purchased in
connection with this order or contract, except as to overcharges resulting from anti-trust violations
commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will pay each classification of laborer, work person, or
mechanic employed in the performance of such work, not less than the prevailing rate of wage or
not less than the minimum rate of wage as specified in the principal contract; that I have read the
above and forgoing statement and certificate, know the contents thereof and the substance as set
forth therein, is true to my knowledge and belief; and
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 32 2019
RFB ver. 5-18
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, firm, association or corporation by a court of competent jurisdiction
in any matter involving fraud or official misconduct within the past three (3) years,
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW
51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies
that it has not been determined, within the last one year, to have committed any combination of
two of the following violations or infractions within a five-year period: (1) Violated RCVV`
51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non-Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
2019 Asphalt Overlay Project
Name of Bidder's Fir
Signature ori ed Representative of Bidder
Bradley Gri -Gen: al Manag r
Subscribed and sworn to before me this 25th .ay of February , 2012.
`,Illluulll�u,�/
, 1111 ,tiU -�
�S\ \P J �/ ��ii , ly dila".Fink
V ' .o� F '� • ted/typed name of notary)
o`` \
-r AR y � Notary Public in and for the State of Washington
= My commission expires: 04/01/22
PURI-\C z
Np•. o =
V/<OF WASN.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 33 2019
RFB ver.5-18
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date::' 02/25/19
This statement relates to a proposal contract with the City of Federal Way named
2019 ASPHALT OVERLAY PROJECT
I am the undersigned bidder or prospective contractor. I represent that:
I 0 have, ❑ have not, participated in a previous contract or subcontract subject to the President's
Executive Order #11246 (regarding equal employment opportunity) or a preceding similar
Executive Order.
Miles Resources,LLC
Name of Bidder
By:
Signatur, ,d1ey Griffit
Its: General Manager
Title
400 Valley Ave.NE
Puyallup,WA 98372
Address
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 34 2019
RFI3 ver. 5-18
Attachment I
Contractor Certification
Wage Law Compliance—Responsibility Criteria
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:
Miles Resources,LLC
Name of Contractor/Bidder-Print Full Legal Entity Name of Firm
By: � _ _ Bradley Griffith
Signature of *sized 'erson Print Name of Person Making Certifications for Firm
Title: frenetal Manager Place Puyallup WA
Title of Person Signing Certificate Print City and State Where Signed'
Date: 02/25/19
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 35 2019
RFB ver.5-18
Attachment)
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
APWA-WA Division 1 Committee rev. 1/8/2016
A !A 11.
Proposal for incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight).
of Recycled Material, of the Standard Specifications.
Proposed total percentage: percent. I i .
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 proposedrecycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the.
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Miles Resources,LLC
Signature of A r -e •fficial: bate: 02/25/19
Bradley Griffit�-'era Manager
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 36 2019
RFB ver. 5-18
' Attachment K
PUBLIC WORKS CONTRACT
FOR
2019 ASPHALT OVERLAY PROJECT
, HIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this anl day of
✓I t , 20(1 and is made by and between the City of Federal Way, a Washington municipal
' cor oration, and Miles Resources, LLC, a Washington limited liability company.
A. The City desires to retain an independent contractor to furnish all labor and materials
' necessary to perform work necessary to complete 2019 Asphalt Overlay Project 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 2019 Asphalt Overlay Project, including
' without limitation: overlay existing asphalt concrete pavement in four (4) different locations within
the City of Federal Way (approximately 6,600 tons), roadway excavation, planning bituminous
pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, concrete
' approach, curb ramps, traffic curb, installation of traffic signal detection loop, installation of
pedestrian pushbutton, channelization, restoration, utility adjustments work, ("Work"), in
accordance with and as described in the Contract Documents, which include without limitation, this
' Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms
and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form,
Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as
' Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage
Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D,
Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment
' attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance /
Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H,
Addenda and Change Orders, 2019 Asphalt Overlay Project Special Provisions, 2018 WSDOT /
' APWA Standard Specifications for Road, Bridge and Municipal Construction, Contract Special
Provisions, Standard Plans and Details attached as Appendix B, Current Prevailing Wage Rates and
Benefit Code Key attached as Appendix C, and all other Appendices attached hereto and
incorporated by this reference, (collectively the "Contract Documents"), which Work shall be
' completed to the City's satisfaction, within the time period prescribed by the City and pursuant to
the direction of the Mayor or his or her designee.
' 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed on 80 working days. In
t 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
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 37 2019
' RFB ver. 5-18
deliveredNoticeof Completionof Public Works Contract in the form attached hereto as
a written
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. Accordingly, the
Contractor agrees to pay liquidated damages calculated on the following formula for its failure to
complete this Contract on time:
(1) To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15C
' T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine the
Work is complete. Liquidated damages will not be assessed for any days for which an extension of
time is granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete this entire Contract.
'
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with
accepted practices for other properly licensed contractors.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances, resolutions,
standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary
permits and pay all permit, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order changes
within the scope of the Work. Contractor agrees to fully perform any such alterations or additions
to the Work. All such change orders shall be in the form of the Contract Change Order Agreement
attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall
specifically state the change of the Work, the completion date for such changed Work, and any
increase or decrease in the compensation to be paid to Contractor as a result of such change in the
Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City.
If any change hereunder causes an increases or decrease in the Contractor's cost of, or time
required for, the performance or any part of the Work under this Contract, an equitable adjustment
will be made and the Contract modified in writing accordingly.
If theContractor intendsassert a claim for an equitable hereunder, it shall,
to q adjustment
I
within five (5) days after receipt of a written change order from the City or after giving the written
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 38 2019
RFB ver. 5-18
t
notice required above, as the case may be, submit to the City a written statement setting forththe
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
textend such five (5) day submittal period upon request by the Contractor. The Contractor shall
supply such supporting documents and analysis for the claims as the City may require to determine
if the claims and costs have merit. No claim will be allowed for any costs incurred more than five
I (5) days before the Contractor gives written notice as required. No claim by the Contractor for an
equitable adjustment hereunder will be allowed if asserted after final payment under this Contract.
11.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City,
r ct and the value of the omitted
ribe furnisheda
omit work, services and materials to under the Cont
work and materials will be deducted from the Total Compensation and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum
City.unit price, as mutually agreed upon in writing by the Contractor and the If the parties
i theCityreserves the right to issue a unilateral change
cannot agree on an appropriate deduction, g g
order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
I by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the
"one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
I debris, etc., to protect said materials from air exposure and to minimize emission of airborne
particles to the ambient air environment within the City of Federal Way.
I2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
I completion of the Work, which shall be no later than October 31, 2019 to complete, and the
expiration of all warranties contained in the Contract Documents ("Term').
I
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the
' Work, and is appropriately accredited and licensed by all applicable agencies and governmental
entities, including but not limited to being registered to do business in the City of Federal Way by
obtaining a City of Federal Way business registration. Contractor represents that it has visited the
' site and is familiar with all of the plans and specifications in connection with the completion of the
Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work
which the City deems to have defects in workmanship and material discovered within one (1) year
after the City's final acceptance of the Work as more fully set forth in the GeneralC n Conditions of the
I
Contract. This warranty shall survive termination of this Contract. Conducting of tests and
inspections, review of specifications or plans, payment for goods or services, or acceptance by the
City does not constitute waiver, modification or exclusion of any express or implied warranty or any
I
right under this Contract or law.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 39 2019
RFB ver. 5-18
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 One Million Four Hundred Twenty-Eight
' Thousand Two Hundred Twenty-Nine and 40/100 Dollars ($1,428,229.40), which amount shall
constitute full and complete payment by the City ("Total Compensation").
4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
' 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for
any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be
withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable
' to the City.
4.4 Method of Payment. The basis of payment will be the actual quantities of work
performed according to the contract and as specified for payment. Payments will be made for work
and labor performed and materials furnished under the contract according to the price in the
proposal unless otherwise provided. Partial payments will be made once each month, based on
' partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any
obligation under this Contract may be adequate reason for the City to withhold payments until the
obligation is performed.
' Upon completion of all work and after final inspection, the amount due the Contractor under
the contract will be paid based upon the final estimate made by the Engineer and signed by the
' Contractor.
Payment to the Contractor for partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
' 4.5 Retainage. Pursuant to Chapter 60.28 RCW, Seventy-One Thousand Four Hundred
Eleven and 47/100 Dollars ($71,411.47) five percent (5%) of the Total Compensation shall be
' retained by the City to assure payment of Contractor's state sales tax as well as payment of
subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete,
execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit"C"
or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the
City from the retained percentage fund ("Fund") nor shall the City release any retained percentage
escrow account to any person, until the City has received from the Department of Revenue a
' certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to
become due with respect to the Contract have been paid in full or that they are, in the
Department's opinion, readily collectible without recourse to the State's lien on the retained
' percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a
lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are
required to give notice of any lien within forty-five (45) days of the completion of the Work and in
' the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this
Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes
aware of outstanding claims made against this Fund.
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 40 2019
' RFB ver. 5-18
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and employment
made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
' advertising, layoff or termination, rates of pay or other forms of compensation, and selection for
training, including apprenticeship. Contractor shall comply with, and shall not violate any of the
terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With
' Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
applicable federal, state, or local law or regulation regarding non-discrimination. Any material
violation of this provision shall be grounds for termination of this Contract by the City and, in the
' case of the Contractor's breach, may result in ineligibility for further City agreements. If this project
involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit H.
' 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
' 6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax
' which may arise as an incident of employment. The Contractor shall pay all income and other taxes
due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of
whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed
' to convert this Agreement to an employment contract. It is recognized that Contractor may or will
be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform
' the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City.
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the
' contractor agrees to notify the City and complete any required form if the Contractor retired under
a State of Washington retirement system and agrees to indemnify any losses the City may sustain
through the Contractor's failure to do so.
7. CITY'S RIGHT TO TERMINATE CONTRACT
' 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at
' the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any portion of the Work which has been
' completed to the City's satisfaction, calculated by the percentage amount that portion of the Work
completed and accepted by the City bears to the Total Compensation.
7.2 Termination For Cause. The City may immediately terminate this Contract, take
' possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 41 2019
' RFB ver. 5-18
(1) If the Contractor should be adjudged a bankrupt.
1 (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
Inumber 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
Imaterial 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
I I Contract, or
(11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
' 7.3 Result of Termination. In the event that this Contract is terminated for cause by the
City, the City may do any or all of the following:
' (1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this contract.
(2) Complete Work. The City may, but in no event is the City obligated to, complete
the Work, which Work may be completed by the City's agents, employees or
' representatives or the City may retain independent persons or entities to complete
the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
' (3) Take Possession. The City may take possession of the Property and any
equipment and materials on the Property and may sale the same, the proceeds of
which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all other
' remedies available to the City at law, in equity or by statute.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 42 2019
RFB ver.5-18
8. INDEMNIFICATION
I8.1 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
111and 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
I ' damages, compensation or benefits payable to or by any third party under workers' compensation
acts, disability benefit acts or any other benefits acts or programs.
I 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its
officers, directors, shareholders, partners, employees, and agents harmless from any and all claims,
demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all
I
persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negligent acts, errors, or omissions of the City, its employees or agents.
I8.3 Survival. The provisions of this Section shall survive the expiration or termination of this
Contract with respect to any event occurring prior to such expiration or termination.
I9. 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:
I (1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability not
I less than $5,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
I (3) Automobile liability insurance with combined single limits of liability not less than
$2,000,000 for bodily injury, including personal injury or death and property
damage.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
I
following provisions:
(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 primaryand non-contributoryinsurance as respects the City,
9
its officials, employees and volunteers. Any insurance or self-insurance maintained
I
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 43 2019
RFB ver. 5-18
I
by the City, its officials, employees or volunteers shall be in excess of Contractor's
insurance.
I (4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
' O 5 Coverage shall be written on an "occurrence" form as opposed PPosed to a "claims
made"or"claims paid"form.
I 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the
coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached
I hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to
bind coverage on its behalf. The City reserves the right to require complete certified copies of all
required insurance policies, at any time.
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
I be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor
shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond
guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles
Ior self-insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
I provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
Iapproved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required by this
I 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
I the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in
a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and
to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
IContractor's obligations under this Contract shall not be limited to the dollar amount of the bond.
11. SAFETY
I
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
Ilaws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health
Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards
(Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC).
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 44 2019
I
RFB ver. 5-18
' signals
Contractor shall erect and properly maintain, at all times, all necessary guards, barricades,
and other safeguards at all unsafe places at or near the Work for the protection of its employees
I and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger
signs warning against any known or unusual hazards and do all other things necessary to prevent
accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or
I other pipes or conduits, and all hydrants and all other property that is likely to become displaced or
damaged by the execution of the Work. The Contractor shall, at its own expense, secure and
maintain a safe storage place for its materials and equipment and is solely responsible for the
I same.
12. PREVAILING WAGES
I12.1 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
I projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's "Decision Number"shown in Appendix B.
IThe 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
I prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe
benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid.
I When the project is subject to both State and Federal hourly minimum rates for wages and
fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
less than the higher rate unless the state rates are specifically preempted by Federal law.
IThe Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-
' 127-010 WAC, complies with all the requirements of Chapter 39.12 RCW.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12
IRCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
I (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 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
Iapproved form has been submitted to the City.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 45 2019
sRFB ver. 5-18
(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.
t15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
' prepared or assembled by the Contractor under this Contract will be kept as confidential and shall
not be made available to any individual or organization by the Contractor without prior written
approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
' reasonable times to inspection, review or audit by the City, its authorized representative, the State
Auditor, or other governmental officials authorized by law to monitor this Contract.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 46 2019
RFB ver. 5-18
17. CLEAN UP
' At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any
kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,
I
the City may, but in no event is it obligated to, perform the necessary clean up and the costs
thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs
from any remaining payments due to the Contractor.
I18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration
with the State of Washington; has a current state unified business identifier number; is not
disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has
industrial insurance as required by Title 51 RCW, if applicable; has an employment security
department number as required in Title 50 RCW, if applicable; has a state excise tax registration
number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as
I required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as
required by Chapter 70.87 RCW, if applicable.
' 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
I for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
documentation to the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
I
verify that each of its first tier subcontractors meets the following bidder responsibility criteria:
Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); Have Industrial Insurance (workers'compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A
Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A
' Washington Department of Revenue state excise tax registration number, as required in Title 82
RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable;
An elevator contractor license, if required by Chapter 70.87 RCW.
19. GENERAL PROVISIONS
I19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties
with respect to any matter covered or mentioned in this Contract and no prior agreements or
understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be amended
or added to except by agreement in writing signed by the Parties or their respective successors in
Iinterest.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 47 2019
IRFB ver. 5-18
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
t occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
' 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
' Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices
may be delivered personally to the addressee of the notice, 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# 19-001
2019 Asphalt Overlay Project Page 48 2019
' RFB ver. 5-18
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of
any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the
' controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
[signature page follows]
1
1
I
1
1
1
1
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 49 2019
' RFB ver. 5-18
CITY OF FEDERAL WAY:
I
By:
p/40140 Ferrell, Mayor
I33325 8th Avenue South
Federal Way, WA 98003-6325
IATTEST:
_ I—
I 4 X114 /
Steph, e ourtney, CMC, Clerk
IAPPROVED AS TO FORM:
• /. Ryan Call, City Attorney
II
MILES RESOURCES, LLC:
I
By: ,/, _
Bradley '-''" • erati ns Manager
I
P 9
400 Valley Ave E
Puyallup, WA 98372
I (253) 383-3585
STATE OF WASHINGTON )
I
s
2.
COUNTY OF 1` L)erC0 ))ss.
I On this day personally appeared before me Bradley Griffith, to me known to be the Operations
Manager of Miles Resources, LLC that executed the foregoing instrument, and acknowledged the
said instrument to be the free and voluntary act and deed of said limited liability company, for the
Iuses and purposes therein mentioned, and on oath stated that he/she was authorized to execute
said instrument.I 4
GIVEN my hand and official seal this 2- 6:1 day of \i L 1 , 20 I Cl.
..••k‘•tl Notary's signature I � Y2' t .C)
714‘10 A E yr: otary's printed name AM{f . t, i i u1 r)
' OG Notary Public in: pr0theStatoWashington.
' :� y� es ( U 1 I"I
(J�1
�°t18UG
I�1 f
1
� •
..17Afff!0.Z t-s 1
I OF WASO�O�r
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 50 2019
IRFB ver. 5-18
I
EXHIBIT A
INOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
o t ❑ Original
El
#
' v"
I Date: NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number:
Nam &Mailing Addressof Public Agency Department Use Only',.
IAssigned to:
Date Assigned:
UBI Number:
I
Notice is hereby given relative to the completion of contract or project described below
Project Name Contract Number Job Order Contracting
❑ Yes ❑ No
Description of Work Done/Include Jobsite Address(es)
I
I Federally funded transportation project?
Contractor's Name ❑ Yes ❑ No (if yes,provide Contract Bond Statement below)
E-mail Address Affidavit ID*
Contractor Address Telephone#
I If Retainage is not withheld,please select one of the following and List Surety's Name&Bond Number.
❑ Retainage Bond ❑ Contract/Payment bond(valid for federally funded transportation projects)
Name: Bond Number:
IDate Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted
Were Subcontracters used on this project?If so,please complete Addendum A. Elves ❑No
Affidavit ID*-No L&I release will be granted until all affidavits are listed.
I
Contract Amount $
Additions (+) $ Liquidated Damages$
Reductions (-) $ Amount Disbursed$
I Sub-Total $ 0.00 Amount Retained$
Sales Tax Rate %
(If various rates apply,please send a breakdown)
Sales Tax Amount $
I
TOTAL $ 0 00 TOTAL $ 0.00
NOTE:These two totals must be equal
Comments:
I
I Note:The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates.
Submitting Form:Please submit the completed form by email to all three agencies below.
Contact Name: Title:
I Email Address: Phone Number:
Department of RevenueC.Washington some Department of Employment Security
ra
CPublic Works SectionRegartmeot
Labor&Industries Registration,Inquiry,
(360)704-5650 Contract Release Standards 8 Coordination
PWC@dor.wa.gov (855)545-8163,option#4 Unit
I
ContractRelease@LNI.WA.GOV (360)902-9450
publicworks@esd.wa.gov
REV 3)0020e(10/26/IS) F215-038-000 10-2014
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 51 2019
I
RFB ver. 5-18
I
I
Addendum A:
This addendum can be submitted Pleasein List
other allformSubcontractorsats. and Sub-tiers Below
Provide known affidavits at this time. No L&1 release will be granted until all affidavits are listed.
Subcontractor's Name: UBI Number:(Required) Affidavit ID*
I
I
1
1
I
I
I
For tax assistance or to request this document in an alternate format,please call 1-800-647-7706.Teletype(TTY) users may use the
I
Washington Relay Service by calling 711.
REV 3I 0020e Addendum(10/26/15) F2I5-038-000 10-2014
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 52 2019
RFB ver. 5-18
I
EXHIBIT B
CITY OF FEDERAL WAY
ICONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
IPROJECT TITLE CONTRACTOR
1 SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged❑ Increased❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
I
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑Yes❑No
I
If"Yes"Will the Policies Be Extended? ❑Yes❑No
I PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
IITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
I
TOTAL NET CONTRACT: INCREASE$ DECREASE$
1 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
I
the standard specifications, the contract plans, and the special provisions governing the types of construction. The
execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the
Contractor arising out of or relating in any way to, the Work identified, to be performed, or deleted pursuant to
Ithis Change Order except as specifically described in this Change Order.
DEPARTMENT RECAP TO DATE:
I ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
I *ADJUSTMENTS $
NEW CONTRACT AMOUNT $
ICONTRACTOR'S SIGNATURE DATE
IDIRECTOR'S SIGNATURE DATE
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 53 2019
I
RFB ver. 5-18
' ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
ILl DECREASED $
PAY THIS ADJUSTED AMOUNT: $
' DIRECTOR'S SIGNATURE DATE
1
1
1
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 54 2019
' RFB ver. 5-18
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
I
IDENTIFICATION AND DESCRIPTION
I
Project Title: 2019 Asphalt Overlay Project
RFB No: 19-001
IContractor: Miles Resources, LLC
GENERAL REQUIREMENTS
I 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
I
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
ID Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
D Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor. Contractor shall have the bank(or other)execute a separate"City of
I
Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement
to the Contractor if this option is selected.
ID Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
Icontractor.
13 Option 4: Contractor shall submit a"Retainage Bond"on City-provided form (Exhibit D of this Agreement).
...27/
I 3 .,0 /6I
IContractor S'gnat Date
II
I
I
ICity of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 55 2019
IRFB ver. 5-18
1114 EXHIBIT D Bond No. 023210008
II RETAINAGE BOND TO CITY OF FEDERAL WAY
2019 ASPHALT OVERLAY PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Miles Resources, LLC, as principal
1 III
("Principal"), and Liberty Mutual Insurance Company , a Corporation organized and existing under the laws of the
State of Massachusetts , as a surety Corporation, and qualified under the laws of the State of Washington to
4 become surety upon bonds of Contractors with Municipal Corporations,as surety("Surety"),are jointly and severally held
and firmly bonded to the City of Federal Way("City") in the penal sum of: Seventy-One Thousand Four Hundred Eleven
and 47/100 Dollars ($71,411.47) for the payment of which sum we bind ourselves and our successors, heirs,
administrators or personal representatives,as the case may be.
kgA. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations,standards and policies of the City,as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the 2019 Asphalt Overlay Project,which contract is incorporated herein by this reference("Contract"),and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent(5%), said sum to be retained by the City as a trust
fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall
perform any labor upon such contract or the doing of such work,and all persons who shall supply such person or persons
1 III or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes
imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing
supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that
such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as
Nnow existing and in accordance with any amendments that may hereafter be provided thereto;and
D. State law further provides that with the consent of the City,the Principal may submit a bond for all or any
portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such
IN bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth
retained percentages pursuant to Chapter 60.28 RCW;and
pE. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth, for the amount of One Million Four Hundred Twenty-Eight
Thousand Two Hundred Twenty-Nine and 40/100($1,428,229.40);and
II F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these
presents,
0 NOW,THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the
time period prescribed by the City,or within such extensions of time as may be granted under the Contract,and shall pay
all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all
taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the
, ill event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
illAnd the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change,extension of time,alterations or additions to the terms of the Contract or to the Work.
ill
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase,
11111 however,not to exceed twenty-five percent(25%)of the original amount of this bond without consent of the Surety.
Within forty-five(45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a
il City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Page 56 2019
RFB ver.5-18
li
reasonable time period,or(b)tender to the City,the amount necessary for the City to remedy the default, induding legal
fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the
I Surety disputes the City's claim of default,the Surety shall notify the City of its finding and its intent, if any,to interplead.
The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect
option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually
III 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
161 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
ill Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute
Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to
completion of the mediation.
IIIThe parties have executed this instrument under their separate seals this 22nd day of March ,
2019 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
III [signature page follows]
N
N
PI
PI
11111
ei
el
iii
iii
ei
el
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 57 2019
RFB ver.5-18
,
v
CORPORATE SEAL:
MILES RESOURCES,LLC:
`i
By: S
Bradt>� iff.
Its Operations Manager
ill
400 Valley Ave NE
Puyallup,WA 98372
(253)383-3585
CORPORATE SEAL:
SURETY
•0.'0,,,va.u" Liberty Mutual Insurance Company
�► `p• ® liyr•. . By: Q L 1 • ,Q -,
`�.•ov — y s '.• Attorney-in-Fact Aliceon A. Keltner
:r 40 '+:L .; (Attach Power of Attorney)
•.. r O•V
. d• N .aq
k q19 O
•, 7S ,tio•aC Title: Attorney-in-Fact
b• •
"O▪ D..$° Address: 1001 4th Avenue,Suite 3700
1: Seattle,WA 98154
Ill
CERTIFICATES AS TO CORPORATE SEAL
MI hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that Bradley Griffith, who signed the said bond on behalf of the Principal, was Operations
Manager of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly
Illsigned, sealed, and attested for and in behalf of said Corporation by authority of its governing body.
Secretaryor Assistant Secretary
rY
11
Notary Public
I hereby certify that I am the WorstantiZeCeittiraxatigx0Fpgatjorx named as Surety in the within
IN bond; that Aliceon A.Keltner , who signed the said bond on behalf of the Surety, was
Attorney-in-Fact of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
illgoverning body.
-4•1VkiA 4 ' 4 -44 ti-.4---, J---'
ill _,,,, ,-.;4 .•';..'
Ir 0
•
• O Cyn Jay,Notary
APPROVED AS TO FORM:/ I, '•,� PUBLIC Z
i/A`/ II. O-��0a 1 S-Z� !
G'i/ /F.I . 4.,'� WA `q.dr
fo( J. Ryan Call, City Attorney %‘imm•�
' el
IIII City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 58 2019
RFB ver.5-18
1
I
CORPORATE SEAL:
: 0 J /
MILES RESOURCES, LLC:
By: /
Bra•�jr.
Its Operat'• Manager
I
111 400 Valley Ave NE
Puyallup,WA 98372
(253)383-3585
M CORPORATE SEAL:
SURETY
IN LibertyMutual Insurance Company
By: C^tu .a_.
Attorney-in-Fact Aliceon A. Keltner
IN (Attach Power of Attorney)
Title: Attorney-in-Fact
II Address: 1001 4th Avenue,Suite 3700
Seattle,WA 98154
III CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
I within bond; that Bradley Griffith , who signed the said bond on behalf of the Principal, was
Operations Manager of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
I i
(4243404-
illSecretary or Assistant Secretary
I
Notary Public
I hereby certify that I am the jp(k named as Surety in the within
bond; that Aliceon A.Keltner , who signed the said bond on behalf of the Surety, was
I
Attorney-in-Fact of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
II governing body. ..�w. .
' 4:601alk 1. l'i• rL
4 174-- °‘—'C7ZC)41_
1 I Pi tcyr141614> -L. .
•
II El i• ., �°UBI.�G i Cynthia .Jay,Notary
mil APPROVED AS TO FORM: *j44
, �'hy t s-'1% s
011 J. Ryan Call,City Attorney
City of Federal Way RFB# 19-001
IN 2019 Asphalt Overlay Project Page 58 2019
RFB ver.5-18
/ This Power of Attorney limits the acts of those named herein,and they have no authority to
1 ~
bind the Company except in the manner and to the extent herein stated.
'IV),.V. Liberty
Liberty Mutual Insurance Company
/o , Mutual. The Ohio Casualty Insurance Company Certificate No:8200306-023049
I West American Insurance Company
SURETY
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, Holli
Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L.
Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.
Swanson,Misti M.Webb,Eric A.Zimmerman
all of the city of Tacoma state of Washington 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 January , 2019 .
Liberty Mutual Insurance Company
1 v 01sup �SY IN$0q� , \Nsu'? The Ohio Casualty Insurance Company
APG°RP°Ryl9'yC1 y •00°R4 '4y SGP cPaPOR4) 4'� West American Insurance Company >+
• .' % Ve 2 FQ m .' t fn co
� � 1912y0 0 1919 1991 0CO
r9 �� 3 yyF r� ° ati
rn d,SS4cHU5�.aa 3,1.0,1,
a ''vDIANP' a3 4,17: 7
C
N e',> * 1-x 'Wl * *fid s' 1 * 0 By: .N
c David M.Carey,Assistant Secretary
@ State of PENNSYLVANIA T
= County of MONTGOMERY ss C
m
rn
c
w On this 15th day of January , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0
o 2 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 a/-
> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c>W
= 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. c CL
P P4,3(7) 0"ro,
as 0 Q 9 °,,,e r6`C COMMONWEALTH of PEN wSYLVAIYA Q .
OF Teresa PastaNa,Notary Publicfa
upper Menem Tem,Montgomery County By: m
c sr>vAc>
a M Commission Expires t 28.2021 eresa Pastella,Notary Public p cc
i q ,SASS'
Q.41 Member,PennsyNarsa Association or Notaries d o
(no
a) This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Ori
o.E Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o aco
i
O ARTICLE IV—OFFICERS:Section 12.Power of Attorney. a
An officer or other official of the Cor oration authorized for that ur a in writin b the Chairman or the President, and subject to such limitation as the Chairman or the=
Y P 1
P P� 9 Y a)
m
> President mayprescribe,shall appoint such attorneys-in-fact,as maybe necessaryto act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o
v PP Y P 9
ioc any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall s N
> ER have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such"°?
instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the co
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. c .
o
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o,-
Any officer of the Company authorized for that purpose in writing by the chairman or the president,.and subject to such limitations as the chairman or the president may prescribe, 1-
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
' Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and W + - 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 I'. effect and
INsv ''
has not been revoked.
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of March , 20 „��'..• .;. �'
\NSUq �1Y INgU a \NSUlq J.:41,,.
�� Po . fa
a °aPo� 4yC+ �Jpo°aPo�rPgy VP °RPor�r4y� 3 .� : O• s.
J3 Fob Q a Fon r° mom �s 912 A ,-
g 1912 0 1919re 1991 c i �
'r 9s �3 's l 4 o a ° By; C.�Aa ► J ;;, v ;
d S4CHu a o a . ,
tai' * *,d WW1 AMP`-,da '.Ss %IM. ..4b Renee C.Llewellyn,As Tip-',q` r,, • 4'
LMS-12873 LMIC OCIC WAIC Multi Co_062018 1,V. W11''MW. ii'
M
I
EXHIBIT E
111
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO:
(Name of Union or Organization)
The undersigned currently holds contract(s) with involving
111 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: Jeff Huynh
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
1 1-h
I ►i Q p rtes
(Contra.. or s bcontr ctor)
Date
111
Cityof Federal WayRFB# 19-001
2019 Asphalt Overlay Project Page 59 2019
RFB ver. 5-18
1
EXHIBIT F
CERTIFICATE OF INSURANCE
t
1
1
1
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 60 2019
I
RFB ver. 5-18
I
I
Client#: 17793 MILESAND
DATE(MM/DD/YYYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 3/26/2019
I 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.
I IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to
the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Sharnel Di Vona
I Propel Insurance PHONE -0933 FA't
(A/C,No,Ext):800 499 (A/C,No): 866 577-1326
Tacoma Commercial Insurance E-MAIL ro elinsurance.com
1201 Pacific Ave,Suite 1000 ADDRESS: Sharnel.Divona @p p
INSURER(S)AFFORDING COVERAGE NAIL#
Tacoma,WA 98402 10804
INSURER A:Continental Western Ins Co
I INSUREDINSURER B Sirius International Ins Corp
Miles Resources LLC
400 Valley Ave NE INSURER C:
Puyallup,WA 98372 INSURER D:
I 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.
INSRTADDL SUBR POLICY EFF POLICY EXP
RTYPE OF INSURANCE D/ LIMITS
INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DYYYY)
A X COMMERCIAL GENERAL LIABILITY CPA2865825 04/01/2018 04/01/2019 EACH OCCURRENCE $1,000,000
I
CLAIMS-MADE X OCCUR PREMISES TO
occurrence) $300,000
X PD Ded:$1,000 MED EXP(Any one person) $10,000
X CG0001 04/13 PERSONAL&ADV INJURY $1,000,000
I
GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000
POLICY X JECOT LOC PRODUCTS-COMP/OP AGG $2,000,000
OTHER: $
A AUTOMOBILE LIABILITY 04/01/2019 SINGLE LIMIT 1
CPA2865825 04/01/2018 (EaCOMBIacadeNEnDp $ 00O000 r r
X ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS AUTOS $
X HIRED AUTOS X AO OSDAMAGE
WNED (Per accident)
X CA0001 10/13 $
A X UMBRELLALIAB X OCCUR CPA2865825 04/01/2018 04/01/2019 EACH OCCURRENCE $5,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000
DED X RETENTION$O $
WORKERS COMPENSATION WA Stop Gap Only: PER
STATUTE OTH-
ER
AND EMPLOYERS'LIABILITY
A ANY
EXCLUDED?ECUTIVE YN N/A CPA2865825 04/01/2018 04/01/2019 E.L.EACH ACCIDENT $1,000,000
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
IEs,describe under
DESCRIPTIO
OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
B Pollution w/Mold CPL00011320 08/20/2018 04/01/2020 $3,000,000/$25,000 ded.
A Installation Fltr CIM2982131 04/01/2018 04/01/2019 $100,000/$2,500 ded.
A Leased/Rented Eq CIM2982131 04/01/2018 04/01/2019 $800,000 I$5,000 ded.
I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE:2019 Asphalt Overlay Project(RFB No.19-001).
The City of Federal Way is additional insured as set forth in the attached form(s)and/or endorsement(s).
I
CERTIFICATE HOLDERI CANCELLATION
ANYELLED
City of Federal Way THE SHOULD EXPIRATIONH DATE E V THEREOF,E E NOTTICE)ES WILL BE CBE CDELIVERED NE
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED,/ REPRESENTATIVE
i I [�►'1' , - ..-..--
©1988-2014
-...--.©1988-2014 ACORD CORPORATION.All rights reserved.
ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S3583692/M3322260 KTROO
1
1
This page has been left blank intentionally.
1
i
1
1
1
t
1
1
1
1
1
1
1
1
1
1
i
1
I
I
COMMERCIAL GENERAL LIABILITY
CL CG 04 92 09 16
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ULTRA PLUS ENDORSEMENT
I
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
I
SUMMARY OF COVERAGE EXTENSIONS
Provision Name Of Coverage Extension Included or Limit of
Insurance
IA. Miscellaneous Additional Insureds Included
B. Expected Or Intended Injury Or Damage Included
C. Knowledge Of Occurrence Included
I
D. Legal Liability—Damage To Premises Rented To You (Fire, Lightning, $300,000
Explosion, Smoke, Or Leakage From Automatic Fire Protective Systems)
E. Medical Payments $10,000
Il
F. Mobile Equipment Redefined Included
G. Newly Formed Or Acquired Organization, Partnership Or Limited Liability Included
Company And Extended Period Of Coverage
1 H. Who Is An Insured—Amendment Included
I. Non-Owned Watercraft(Increased to maximum length of less than 51 Included
feet)
J. Supplementary Payments—Increased Limits
1
1. Bail Bonds $3,000
2. Loss Of Earnings $ 1,000
K. Unintentional Omission Or Unintentional Error In Disclosure Included
L. Waiver Of Transfer Of Rights Of Recovery Against Others Included
M. Liberalization Clause Included
IN. Incidental Medical Malpractice Included
The above is a summary only. Please consult the specific provisions that follow for complete information on the
extensions provided.
I
The provisions of the Commercial General Liability additional insured on your policy, provided
Coverage Part apply except as otherwise provided in that:
this endorsement. This endorsement applies only if a. The written contract or written agreement
such Coverage Part is included in this policy.
I
is:
A. MISCELLANEOUS ADDITIONAL INSUREDS
(1) Currently in effect or becoming
1. Section II —Who Is An Insured is amended effective during the term of this
1 to include as an insured any person or policy;and
organization (referred to as an additional
insured below) described in Paragraphs (2) Fully executed by you and the
A.1.c.(1) through A.1.c.(8) below when you additional insured prior to the "bodily
' and such person or organization have agreed injury", "property damage" or in writing in a contract or agreement that "per-
sonal and advertising injury".
such person or organization be added as an
ICL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7
with its permission
I
I
b. The insurance afforded by this provision performed by or on behalf of
does not apply to any person or such additional insured. I
organization included as an additional (4) Lessor Of Leased Equipment
insured by a separate endorsement
issued by us and made a part of this Any person(s) or organization(s)
policy or coverage part. from whom you lease equipment but
c. Onlythe followingg only with respect to liability for"bodily
persons or or ani- injury", "property damage" or "per-
zations are additional insureds under this
provision, with coverage for such sonal and advertising injury" caused,
I
additional insureds limited as provided in whole or in part, by your
herein: maintenance, operation or use of
equipment leased to you by such
(1) Managers Or Lessors Of Premises person(s)or organization(s).
I
A manager or lessor of premises but A person's or organization's status
only with respect to liability arising as an additional insured under this
out of the ownership, maintenance or endorsement ends when their written
I
use of that part of the premises contract or written agreement with
leased to you and subject to the you for such leased equipment ends.
following additional exclusions: This insurance does not apply to any
This insurance does not apply to: "occurrence" which takes place after
(a) Any "occurrence" which takes the equipment lease expires.
place after you cease to be a (5) State, Municipality, Governmental
I
tenant in that premises. Agency Or Subdivision Or Other
(b) Structural alterations, new con- Political Subdivision — Permits Or
struction or demolition operations Authorizations Relating To
Premises
performed by or on behalf of I
such additional insured. Any state, municipality, govern-
(2) Mortgagee,Assignee Or Receiver mental agency or subdivision or
other political subdivision subject to
A mortgagee, assignee, or receiver the following additional provisions: I
but only with respect to their liability (a) This insurance applies only with
as mortgagee, assignee, or receiver
and arising out of the ownership, respect to:
maintenance, or use of a covered (i) The following hazards for
premises by you. which the state, municipality,
This insurance does not apply to governmental agency or
I
structural alterations, new con- subdivision or other political
subdivision has issued a
struction or demolition operations
performed by or on behalf of such permit or authorization in
additional insured. connection with premises
you own, rent or control and
I
(3) Owners Or Other Interests From to which this insurance
Whom Land Has Been Leased applies:
An owner or other interest from (1.1) The existence,
I
whom land has been leased to you maintenance, repair,
but only with respect to liability construction, erection
arising out of the ownership, mainte- or removal of adver-
nance or use of that part of the land tising signs, awnings, I
leased to you and subject to the canopies, cellar
following additional exclusions: entrances, coal holes,
This insurance does not apply to: driveways, manholes,
marquees, hoist away
(a) Any "occurrence" which takes openings, sidewalk
place after you cease to lease vaults, street banners
that land. or decorations and
(b) Structural alterations, new con- similar exposures;or
struction or demolition operations
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 7
with its permission
I
I
(1.2) The construction, erec- The insurance afforded the
I tion or removal of
elevators; or vendor does not apply to:
(i) "Bodily injury" or "property
(1.3) The ownership, main- damage" for which the
I tenance or use of any vendor is obligated to pay
elevators covered by damages by reason of the
this insurance. assumption of liability in a
(ii) Operations performed by you written contract or written
I or on your behalf for which agreement. This exclusion
the state, municipality, does not apply to liability for
governmentaldamages that the vendor
agency or
would have in the absence of
subdivision or other political
I
subdivision has issued a the written contract or written
permit or authorization. agreement;
(b) This insurance does not apply to (ii) Any express warranty unau-
I "bodily injury", thorized by you;
� ry', "property dam-
age"or"personal and advertising (iii)Any physical or chemical
injury" arising out of operations change in the product made
I performed for the state, munici- intentionally by the
pality, governmental agency or vendor;
subdivision or other political
subdivision.
I
(iv) Repackaging, except when
unpacked solely for the
(6) Controlling Interest purpose of inspection,
Any person(s) or organization(s) with demonstration,testing, or the
a controlling interest in the Named substitution of parts under
I Insured but only with respect to their instructions from the manu-
facturer, and then
repackaged in the original
(a)Their financial control of you; or container;
I (b) Premises they own, maintain or (v) Any failure to make such
control while you lease or occupy inspections, adjustments,
these premises. tests or servicing as the
I This insurance does not apply to vendor has agreed to make
structural alterations, new con- or normally undertakes to
make in the usual course of
struction or demolition operations
business, in connection with
performed by or for such person(s)
I or organization(s). the distribution or sale of the
products;
(7) Co-Owner Of Insured Premises (vi) Demonstration, installation,
I A co-owner of a premises co-owned servicing or repair opera-
by you and covered under this tions, except such operations
insurance but only with respect to the performed at the vendor's
co-owner's liability as co-owner of premises in connection with
1
such premises. the sale of the product;
(8) Vendors (vii) Products which, after distri-
(a) Any person(s) or organization(s) bution or sale by you, have
I
(referred to as vendor), but only been labeled or relabeled or
with respect to "bodily injury" or used as a container, part or
"property damage" arising out of ingredient of any other thing
"your products" which are or substance by or for the
Idistributed or sold in the regular vendor;or
course of the vendor's business.
I
I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7
with its permission
I
1
(viii)"Bodily injury" or "property 3. With respect to the insurance afforded to the
damage" arising out of the additional insureds within this Provision A. I sole negligence of the Miscellaneous Additional Insureds, the
vendor for its own acts or following is added to Section III — Limits Of
omissions or those of its Insurance:
employees or anyone else The most we will pay on behalf of the
I
acting on its behalf. How- additional insured is the amount of insurance:
ever, this exclusion does not
apply to: a. Required by the written contract or
written a reement;orI
(1.1) The exceptions g
contained in Sub- b. Available under the applicable Limits Of
paragraphs (iv) or (vi); Insurance shown in the Declarations; I or
whichever is less.
(1.2) Such inspections, ad-
justments, tests or This endorsement shall not increase the
servicing as the applicable Limits Of Insurance shown in the I
vendor has agreed to
Declarations.
make or normally B. EXPECTED OR INTENDED INJURY OR
undertakes to make in DAMAGE
the usual course of
business, in con- Exclusion 2.a. Expected Or Intended Injury of
nection with the
Section I — Coverage A — Bodily Injury And
isI
distribution or sale of Property Damage Liability deleted and
replaced by the following:
the products. I
(b) This insurance does not apply to a. Expected Or Intended Injury Or Damage
any insured person or organi- "Bodily injury"or"property damage"expected
I
zation, from whom you have or intended from the standpoint of the
acquired products, or any insured. This exclusion does not apply to
ingredient, part or container, "bodily injury" or "property damage" resulting
entering into, accompanying or from the use of reasonable force to protect
containing such products. persons or property. I
2. With respect to coverage provided by this C. KNOWLEDGE OF OCCURRENCE
Provision A. Miscellaneous Additional
Insureds, the following additional provisions Paragraph 2.a. Duties In The Event Of
I
apply: Occurrence, Offense, Claim Or Suit of Section
IV — Commercial General Liability Conditions
a. Any insurance provided to an additional is deleted and replaced by the following: I insured designated under Paragraphs
A.1.c.(1) through A.1.c.(8) above does a. You must see to it that we are notified as
not apply: soon as practicable of an "occurrence" or an
offense which may result in a claim only
(1) To "bodily injury" or "property when the "occurrence" or offense is known I damage" included within the to:
"products-completed operations
hazard"; or (1) You, if you are an individual;
(2) To "bodily injury", "property damage" (2) A partner, if you are a partnership; I
1 or "personal and advertising injury" (3) A manager, if you are a limited liability
arising out of the sole negligence of company; or
such additional insured.
I
(4) An "executive officer" or the "employee"
b. The insurance afforded to such additional designated by you to give such notice, if
insured only applies to the extent you are an organization other than a
permitted by law. partnership or a limited liability company.
I
c. The insurance afforded to such additional To the extent possible, notice should include:
insured will not be broader than that
which you are required to provide by the (i) How, when and where the "occurrence"
written contract or written agreement. or offense took place;
I
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 4 of 7
I
with its permission
I
I
(ii) The names and addresses of any injured you, or in the case of damage by fire,
I persons and witnesses;and lightning, explosion, "smoke", or leakage
(iii)The nature and location of any injury or from automatic fire protective systems,
damage arising out of the "occurrence" while rented to you or temporarily
I
or offense. occupied by you with permission of the
owner.
D. LEGAL LIABILITY — DAMAGE TO PREMISES
RENTED TO YOU (Fire, Lightning, Explosion, This limit will apply to all damage
Smoke, Or Leakage From Automatic Fire proximately caused by the same event,
I
Protective Systems) whether such damage results from fire,
lightning, explosion, "smoke", leakage
If damage to premises rented to you is not from automatic fire protective systems, or
otherwise excluded from this policy or coverage other covered causes of loss or any
Ipart,then the following provisions apply: combination thereof.
1. Under Section I — Coverage A — Bodily 4. Subparagraph b.(1)(a)(ii) of Paragraph 4.
1
Injury And Property Damage Liability, the Other Insurance of Section IV —
last paragraph (after the exclusions) is Commercial General Liability Conditions
deleted and replaced by the following: is deleted and replaced by the following:
Exclusions c.through n. do not apply to dam- (ii) That is fire, lightning, explosion, "smoke"
I age by fire, lightning, explosion, "smoke", or
leakage from automatic fire protective or leakage from automatic fire protective
systems insurance for premises rented to
systems to premises while rented to you or you or temporarily occupied by you with
temporarily occupied by you with the permission of the owner;
1 permission of the owner. A separate limit of 5. Subparagraph a. of Definition 9. "Insured
insurance applies to this coverage as
described in Section III — Limits Of contract" of Section V — Definitions is
deleted and replaced by the following:
Insurance.
I 2. The paragraph immediately after Sub- a. A contract for a lease of premises.
paragraph j.(6) of Paragraph 2. Exclusions However, that portion of the contract for
of Section I — Coverage A — Bodily Injury a lease of premises that indemnifies any
I
And Property Damage Liability is deleted
and replaced by the following: person or organization for damage by
fire, lightning, explosion, "smoke" or
leakage from automatic fire protective
Paragraphs (1), (3) and (4) of this exclusion systems to premises while rented to you
I do not apply to "property damage" (other or temporarily occupied by you with
than damage by fire, lightning, explosion, permission of the owner is not an
"smoke", or leakage from automatic fire "insured contract".
protective systems) to premises, including 6. As used in this Provision D. Legal Liability—
I
the contents of such premises, rented to you Damage To Premises Rented To You:
for a period of seven or fewer consecutive
days. A separate limit of insurance applies to "Smoke" does not include smoke from
I Damage To Premises Rented To You as agricultural smudging, industrial operations
described in Section III — Limits Of or"hostile fire".
Insurance. E. MEDICAL PAYMENTS
3. Paragraph 6. of Section III — Limits Of
111 Insurance is deleted and replaced by the If Coverage C — Medical Payments is not
following: otherwise excluded from this policy or coverage
part, the Medical Expense Limit is changed,
6. Subject to Paragraph 5. above, the subject to the terms of Section III — Limits Of
I greater of: Insurance,to the greater of:
a. $300,000; or a. $10,000; or
b. The Damage To Premises Rented b. The Medical Expense Limit shown in the
I To You Limit shown in the Declarations.
Declarations, F. MOBILE EQUIPMENT REDEFINED
is the most we will pay under Coverage
I A for damages because of "property
damage" to premises while rented to Subparagraph f.(1) of Definition 12. "Mobile
equipment"of Section V— Definitions is deleted
and replaced by the following:
I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7
with its permission
I
I
(1) Equipment with a gross vehicle weight of partnership or limited liability company
1,000 pounds or more and designed primarily are the same or similar to the operations I for: of insureds already covered under this
(a) Snow removal; insurance;
(b) (v) Coverage only applies for those limited
Road maintenance, but not construction 1
or resurfacing; or liability companies who have established
a date of formation as recorded within
(c) Street cleaning; the filed state articles of organization,
G. NEWLY FORMED OR ACQUIRED ORGANIZA- certificates of formation or certificates of
I
TION, PARTNERSHIP OR LIMITED LIABILITY organization; and
COMPANY AND EXTENDED PERIOD OF (vi) Coverage only applies for those part-
COVERAGE nerships who have established a date of I Paragraph 3. of Section II —Who Is An Insured formation as recorded within a written
is deleted and replaced by tJle following: partnership agreement or partnership
certificate.
3. Any organization you newly acquire or form, H. WHO IS AN INSURED—AMENDMENT I
other than a joint venture, and over which
you maintain ownership or: The last paragraph of Section II — Who Is An
a. Majority interest of more than 50% if you Insured is deleted and replaced by the following:
are a corporation; No person or organization is an insured with 1
b. Majority interest of more than 50% as a respect to the conduct of any:
general partner of a newly acquired or a. Current partnership or limited liability
formed partnership;and/or company, unless otherwise provided for
° under Paragraph 3. of Section II — Who Is
c. Majority interest of more than 50% as an An Insured;
owner of a newly acquired or formed
I
limited liability company; b. Current joint venture; or
will qualify as a Named Insured if there is no c. Past partnership, joint venture or limited
other similar insurance available to that liability company;
organization. However, for these organiza- that is not shown as a Named Insured in the
I
tions: Declarations.
(i) Coverage under this provision is afforded I. NON-OWNED WATERCRAFT
only until the next anniversary date of I this policy's effective date after you Subparagraph (2) of Exclusion 2.g. Aircraft,
acquire or form the organization, Auto Or Watercraft of Section I — Coverage A
partnership or limited liability company, —Bodily Injury And Property Damage Liability
or the end of the policy period, whichever is deleted and replaced by the following: I
is earlier; (2) A watercraft you do not own that is:
(ii) Section I —Coverage A— Bodily Injury (a) Less than 51 feet long; and
And Property Damage Liability does
I
not apply to "bodily injury" or "property (b) Not being used to carry persons or
damage" that occurred before you property for a charge.
acquired or formed the organization, J. SUPPLEMENTARY PAYMENTS—INCREASED
partnership or limited liability company; LIMITS I
(iii)Section I — Coverage B — Personal Section I — Supplementary Payments —
And Advertising Injury Liability does Coverages A And B is changed as follows:
not apply to "personal and advertising I injury" arising out of an offense 1. The limit shown in Paragraph 1.b. for the
committed before you acquired or formed cost of bail bonds is changed from $250 to
the organization, partnership or limited $3,000; and
liability company;
2. The limit shown in Paragraph 1.d. for loss of
(iv)Coverage applies only when operations earnings because of time off from work is
of the newly acquired organization, changed from $250 a day to$1,000 a day.
I
CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 6 of 7
I
with its permission
I
K. UNINTENTIONAL OMISSION OR UNINTEN- M. LIBERALIZATION CLAUSE
I TIONAL ERROR IN DISCLOSURE The following is added to Section IV —
The following provision is added to Paragraph 6. Commercial General Liability Conditions:
Representations of Section IV — Commercial If we adopt a mandatory attachment form change
I General Liability Conditions:
However, the unintentional omission of, or which broadens coverage under this edition of
the Commercial General Liability CG0001 for no
unintentional error in, any information given or additional charge, and those changes are
I
provided by you shall not prejudice your rights
under this insurance. intended to apply to all insureds under this edition
of CG0001, that change will automatically apply
This provision does not affect our right to collect to your insurance as of the date we implement
additional premium or to exercise our right of the change in your state. This liberalization
I cancellation or non-renewal. clause does not apply to changes implemented
through introduction of a subsequent edition of
L. WAIVER OF TRANSFER OF RIGHTS OF the Commercial General Liability form CG0001.
RECOVERY AGAINST OTHERS N. INCIDENTAL MEDICAL MALPRACTICE
IThe following is added to Paragraph 8. Transfer 1. Paragraph 2.a.(1)(d) of Section II —Who Is
Of Rights Of Recovery Against Others To Us An Insured does not apply to a physician,
of Section IV — Commercial General Liability nurse practitioner, physician assistant, nurse,
I Conditions: emergency medical technician or paramedic
We waive any right of recovery we may have employed by you if you are not in the
against any person or organization because of business or occupation of providing medical,
I payments we make for injury or damage arising paramedical, surgical, dental, x-ray or
out of your ongoing operations or"your work"and nursing services.
included in the "products-completed operations 2. This provision is excess over any other valid
hazard" when you have agreed in a written
and collectible insurance whether such
I contract or written agreement that any right of
recovery is waived for such person or insurance is primary, excess, contingent or
organization. This waiver applies only to the on any other basis. Any payments by us will
follow Paragraph 4.b. of Section IV —
person(s) or organization(s) agreed to in the
I
written contract or written agreement and is Commercial General Liability Conditions.
subject to those provisions.
This waiver does not apply unless the written
I contract or written agreement has been executed
prior to the "bodily injury"or"property damage".
However, if any person or organization is
I separately scheduled on a separate waiver of
transfer of rights of recovery which is attached to
this policy,then this waiver does not apply.
I
I
I
I
I
I CL CG 04 92 09 16 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7
with its permission
1
This page has been left blank intentionally.
1
1
1
i
1
1
l
1
1
1
1 .
1
1
1
1
1
1
1
I
I COMMERCIAL GENERAL LIABILITY
CL CG 05 29 10 17
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
GENERAL LIABILITY ULTRA PLATINUM
I ENHANCEMENT COVERAGES
I
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
IA. The following coverage is added: paragraph 2.a. above,the words caused in
ADDITIONAL INSURED - OWNERS, LESSEES whole or in part by are replaced by the
I OR CONTRACTORS - AUTOMATIC STATUS words arising out of.
INCLUDING PRIMARY NON-CONTRIBUTORY c. The insurance afforded to such additional
1. Section II-Who is An Insured is amended to insured only applies to the extent
include as an additional insured any person(s) permitted by law;and
I or organization(s) for whom you are required d. If coverage provided to the additional
by virtue of a written contract or agreement insured is required by a contract or
that such person(s) or organization(s) be agreement, the insurance afforded to such
1added as an additional insured on your policy. additional insured will not be broader than
2. The insurance provided to the additional that which you are required by the contract
insured is limited as follows: or agreement to provide for such
additional insured.
I a. Such person or organization is an
additional insured only with respect to e. This insurance ends at the earliest of the
liability for "bodily injury", "property following times:
damage" or "personal and advertising (1) When any Named Insured(s) work
I injury"caused in whole or in part by: called for in the written contract has
(1) Acts or omissions of the Named been completed
Insured; or (2) When all of any Named Insured(s)
I (2) The acts or omissions of those acting work done at a job site has been
on behalf of the Named Insured; completed if the written contract calls
for work at more than one job site
in the performance of the Named Insureds
work for the additional insured(s) specified (3) When that part of any Named
I
in the written contract provided the Insurepud's work done at a job site has
contract or agreement requires you to been put to its intended use by any
the additional insured such person or organization other than the
provide
coverage and is: Named Insured or those acting on the
I
I. Currently in effect or becomes Named Insured(s)behalf.Work that may need service, maintenance,
effective during the term of this correction, repair or replacement, but is
policy; and
I
otherwise complete, will be treated as
ii. Was executed prior to the "bodily completed.
injury", "property damage" or
"personal and advertising injury". f. This insurance does not apply to any
additional insured scheduled on your
I
b. If the written contract specifically requires policy by separate endorsement.
you to provide additional insured coverage g. For purposes of paragraph A. of this
via the 10/01 edition of CG2010 (aka CG
20 10 10 01) or via the 11/85 edition of endorsement the terms "you" and "your"
I
CG2010 (aka CG 20 10 11 85), then in refer to the Named Insured shown in the
Declarations.
ICL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 3
with its permission.
I
3. Exclusions a. Required by the contract or agreement;or
With respect to the insurance afforded to these b. Available under the applicable Limits of
I
additional insureds, the following additional Insurance shown in the Declarations;
exclusions apply to "bodily injury", "property
whichever is less.
damage" or "personal and advertising injury"
arising out of: This endorsement shall not increase the
a. The rendering of or failure to render any applicable Limits of Insurance shown in the
professional services by you or on your Declarations.
behalf, but only with respect to either or 5. Other Insurance I
both of the following operations:
For purposes of this endorsement, the
(1) Providing engineering, architectural or following is added to the Section IV -
surveying services to others in your Commercial General Liability Conditions,4.
I
capacity as an engineer, architect or Other
surveyor; and
Insurance condition and supersedes any
(2) Providing, or hiring independent provision to the contrary:
I
professionals to provide, engineering,
architectural or surveying services in This insurance is excess of all other
connection with construction work you insurance available to an additional
perform. insured whether on a primary, excess, I contingent or any other basis. But, if
b. Subject to Paragraph c. below, required by a written contract or written
professional services include: agreement to be primary and
(1) Preparing, approving, or failing to noncontributory, this insurance will be
prepare or approve, maps, shop primary to and will not seek contribution I
drawings, opinions, reports, surveys, from any insurance on which the additional
field orders, change orders, or insured is a Named Insured.
drawings and specifications; and No other coverage or limit in the policy
I
(2) Supervisory or inspection activities applies to loss or damage insured by this
performed as part of any related coverage.
architectural or engineering activities. B. The following coverage is added: I c. Professional services do not include CONTRACTUAL LIABILITY-RAILROADS
services within construction means,
methods, techniques, sequences and 1. With respect to operations performed for a
procedures employed by you or performed Railroad within 50 feet of railroad property, the
I
by or for the construction manager, its definition of "insured contract" in Section V -
employees or its subcontractors in Definitions is replaced by the following:
connection with your ongoing operations. 9. "Insured Contract"means:
This exclusion applies even if the claims a. A contract for a lease of premises. I
against any insured allege negligence or other However, that portion of the contract
wrongdoing in the supervision, hiring, for a lease of premises that
employment, training or monitoring of others indemnifies any person or I by that insured, if the "occurrence" which organization for damage by fire to
caused the "bodily injury" or "property premises while rented to you or
damage", or the offense which caused the temporarily occupied by you with
"personal and advertising injury", involved the permission of the owner is not an
rendering of, or the failure to render, any "insured contract"; I
professional architectural, engineering or
surveying services. b. A sidetrack agreement;
4. Limits of Insurance c. Any easement or license agreement;
I
With respect to the insurance afforded to these d. An obligation, as required by
additional insureds, the following is added to ordinance, to indemnify a municipality,
Section III-Limits Of Insurance: except in connection with work for a
I
municipality;
If coverage provided to the additional insured
is required by a contract or agreement, the e. An elevator maintenance agreement;
most we will pay on behalf of the additional f. That part of any other contract or
I
insured is the amount of insurance: agreement pertaining to your business
Page 2 of 3 Includes copyrighted material of Insurance Services Office, Inc., CL CG 05 2910 17 '
with its permission.
I
(including an indemnification of a C. AGGREGATE LIMITS OF INSURANCE
I municipality in connection with workperformThe General Aggregate Limit under SECTION III -
LIMITS OF INSURANCE applies separately to
whiched for a municipality) under
you assume the tort liability of
another party to pay for "bodily injury" each of your:
I or property damage" to a third person 1. Projects away from premises owned by or
or organization. Tort liability means a rented to you.
liability that would be imposed by law
in the absence of any contract or 2. "Locations"owned by or rented to you.
I agreement. "Location" means premises involving the same
Paragraph f. does not include that part or connecting lots, or premises whose
of any contract or agreement: connection is interrupted only by a street,
I (1) That indemnifies an architect,
engineer or surveyor for injury or roadway, waterway or right-of-way of a
railroad.
damage arising out of: When paragraph B. Construction Project
I (a) Preparing, approving or failing General Aggregate Limit on form CL CG 00 20 is
to prepare or approve maps, a part of this policy,then this endorsement
shop drawings, opinions, CL CG 05 29 paragraph D. Aggregate Limits Of
reports, surveys, field orders, Insurance does not apply.
I change orders or drawings
and specifications;or
(b) Giving directions or
I instructions, or failing to give
them, if that is the primary
cause of the injury or damage;
(2) Under which the insured, if an
I
architect, engineer or surveyor,
assumes liability for an injury or
damage arising out of the
I
insured's rendering or failure to
render professional services,
including those listed in Paragraph
(1) above and supervisory,
I
inspection, e
engineering activities.architctural or
2. Other Insurance
I For purposes of this endorsement, the
following is added to the Section IV-
Commercial General Liability
I Conditions, 4. Other Insurance condition
and supersedes any provision to the
contrary:
This insurance is excess of all other
I insurance that is Railroad Protective
Liability or similar coverage for"your work"
performed for a Railroad. But, if required
by a written contract or written agreement
I to be primary and noncontributory, this
insurance will be primary to and will not
seek contribution from any insurance on
which the Railroad is a Named Insured.
I No other coverage or limit in the policy
applies to loss or damage insured by this
coverage.
I
ICL CG 05 29 10 17 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3
with its permission.
1
This page has been left blank intentionally. 1
1
1
1
1
1
1
1
I
I
1
1
i
1
I
I COMMERCIAL GENERAL LIABILITY
CL CG 20 71 09 16
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES,
I CONTRACTORS OR OTHERS - COMPLETED OPERATIONS
- AUTOMATIC STATUS, INCLUDING PRIMARY
I NONCONTRIBUTORY
This endorsement modifies insurance provided under the following:
ICOMMERCIAL GENERAL LIABILITY COVERAGE PART
I A. SECTION II -WHO IS AN INSURED is amended For purposes of this endorsement,throughout
to include as an additional insured any person(s) the policy, the terms "you" and "your" refer to
or organization(s) when you are obligated by the Named Insured shown in the Declarations.
virtue of a written contract or agreement that
I
B. Exclusions
such person or organization(s) be added as an
additional insured to your policy. With respect to the insurance afforded to these
Such person(s) or organization(s) is an additional additional insureds, the following additional
I insured only with respect to liability for "bodily exclusions apply to "bodily injury" and "property
injury" or "property damage" or "personal and damage"arising out of:
advertising injury"caused, in whole or in part by: 1. The rendering of or failure to render any
I
(1) Acts or omissions of the Named Insured;
or professional services by you or on your behalf,
but only with respect to either or both of the
following operations:
(2) The acts or omissions of those acting on
I
behalf of the Named Insured;
a. Providing engineering, architectural or
surveying services to others in your
and included in the "products-completed capacity as an engineer, architect or
operations hazard" surveyor;and
I This insurance applies only when you are required b. Providing, or hiring independent
to add the additional insured by virtue of a written professionals to provide, engineering,
contract or agreement, provided the contract or architectural or surveying services in
agreement is: connection with construction work you
I1. Currently in effect or becomes effective during perform.
the term of this policy; and This exclusion applies even if the claims against
I 2. Was executed prior to the "bodily injury" or
any insured allege negligence or other
"property damage" or "personal and wrongdoing in the supervision, hiring,
advertising injury". employment,
insured, if the training
"occurrence"
of others by
thatwhich caused the
However: "bodily injury"or"property damage",or the offense
I
a. The insurance afforded to such additional which caused the "personal and advertising
insured only applies to the extent permitted by injury", involved the rendering of, or the failure to
law; and
I
render,any professional architectural,engineering
or surveying services.
b. If coverage provided to the additional insured 2. Subject to Paragraph 3. below, professional
is required by a contract or agreement, the
services include:
insurance afforded to such additional insured
I will not be broader than that which you are
required by the contract or agreement to a. Preparing,approving, or failing to prepare
or approve, maps, shop drawings,
provide for such additional insured. opinions, reports, surveys, field orders,
change orders, or drawings and
Ispecifications; and
CL CG 20 71 09 16 Includes copyrighted material of Insurance Services Page 1 of 2
Office, Inc.,with its permission
I
b. Supervisory or inspection activities D. Other Insurance
performed as part of any related For purposes of this endorsement,the following is
architectural or engineering activities. added to the Section IV - Commercial General
3. Professional services do not include services Liability Conditions, 4. Other Insurance
within construction means, methods, condition and supersedes any provision to the
techniques, sequences and procedures contrary:
employed by you or performed by or for the This insurance is excess of all other insurance
construction manager, its employees or its available to an additional insured whether on a
subcontractors in connection with your '
ongoing operations. primary, excess, contingent or any other basis.
But, if required by a written contract or written
C. Limits of Insurance agreement to be primary and noncontributory,this
With respect to the insurance afforded to these insurance will be primary to and will not seek
additional insureds,the following is added to contribution from any insurance on which the
Section III-Limits Of Insurance: additional insured is a Named Insured.
If coverage provided to the additional insured is No other coverage or limit in the policy applies to
required by a contract or agreement,the most we
loss or damage insured by this coverage.
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or '
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
1
1
I
1
Page 2 of 2 Includes copyrighted material of Insurance Services CL CG 20 71 09 16
Office, Inc., with its permission
1
I
I COMMERCIAL AUTO
CL CA 01 49 06 17
ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL AUTOMOBILE EXPANSION
I ENDORSEMENT - PLATINUM
I This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to the coverages provided by this endorsement, the provisions of the Business Auto Coverage Form
I
apply unless modified by this endorsement.
A. NEWLY ACQUIRED OR FORMED "property damage": because of the conduct of
IORGANIZATIONS an "insured"under Paragraphs a. or b. under
The following is added to Paragraph A.1.Who Is Paragraph A.1.Who Is An Insured of Section
An Insured of Section II - Covered Autos Liability II-Covered Autos Liability Coverage, caused
I Coverage: by an "accident" and resulting from the
ownership, maintenance or use of a covered
Any organization you newly acquire or form, other "auto";
than a partnership,joint venture or limited liability
company or any organization excluded either by 2. The written contract or agreement described
I
this Coverage Part or by endorsement, and over above must have been executed prior to the"accident" that caused the "bodily injury" or
which you maintain ownership or majority interest "property damage"and be in effect at the time
of more than 50 percent will qualify as a Named
Insured. However: of such"accident";
1. This insurance does not apply to any newly 3. The insurance afforded to any such additional
acquired or formed organization that is an "insured" does not apply to any "accident"
"insured"under any other automobile policy or beyond the period of time required by the
I
would be an "insured" under such policy but
for its termination or the exhaustion of its Limit written contract or agreement describedabove;
of Insurance. 4. The most we will pay on behalf of such
2. Coverage does not apply to "bodily injury" or
I
additional"insured(s)"is the lesser of:
"property damage" that occurred before you a. The Limits of Insurance specified in the
acquired or formed the organization. written contract or agreement described
3. Coverage under this provision is afforded only above; or
I
until the 180th day after you acquire or form b. The Limits of Insurance shown in the
the organization or the end of the policy Declarations.
period, whichever is earlier. This provision shall not increase the Limit of
I B. ADDITIONAL INSURED BY CONTRACT OR
AGREEMENT Insurance shown in the Declarations in this
policy or coverage part; and
The following is added to Paragraph A.1., Who Is 5. The following changes are made to Paragraph
l
An Insured of Section II - Covered Autos Liability
Coverage: 5. Other Insurance of B. General Conditions
under Section IV- Business Auto Conditions:
When you have agreed in a written contract or a. The following is added to Paragraph 5.a.:
I agreement to include a person or organization as If required by the written contract or
an additional "insured", such person or
organization is included as an"insured"subject to agreement described above, the
the following: insurance afforded to the additional
insured under this provision will be
II. Such person or organization is an additional primary to, and will not seek contribution
"insured" only to the extent such person or from, the additional insured's own
organization is liable for "bodily injury" or insurance.
ICL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 1 of 5
Office, Inc., with its permission
1
I
b. Paragraph 5.c. is deleted in its entirety. 2. We will also pay reasonable and necessary
6. Paragraph A.1.c. under Section II - Covered expenses to facilitate the return of the stolen I
Autos Liability Coverage is deleted in its
"auto"aute to you.
entirety. 3. It is agreed and understood and it is our stated
7. The definition of "insured contract" under intent that expenses incurred by you under the I Section V- Definitions is amended to add the Transportation Expenses Coverage
following: Extension will not also be covered or paid
under the Rental Reimbursement Coverage
An "insured contract" does not include that provided by this endorsement or any rental
I
part of any contract or agreement: reimbursement coverage added by separate
That pertains to the ownership, maintenance endorsement to this policy.
or use of an "auto" and which indemnifies a H. EXTENDED COVERAGE-AIRBAGS
person or organization for other than the The following is added to Exclusion B.3.a. of111
vicarious liability of such person or Section III- Physical Damage Coverage:
organization for "bodily injury" or "property
damage" caused by your operation or use of However, this exclusion does not apply to the
I
a covered "auto". unintended discharge of an airbag.
However, a person or organization is an This coverage is excess over any other collectible
additional "insured" under this provision only insurance or warranty providing such airbag
to the extent such person or organization is coverage.
I
not named as an "insured" by separate I. AUTO LOAN/LEASE GAP COVERAGE
endorsement to this policy.
C. EMPLOYEES AS INSUREDS The following is added to Section III - Physical
Damage Coverage, Paragraph C. Limits of111
The following is added to Paragraph A.1. Who Is Insurance.
An Insured Section II - Covered Autos Liability 4. In the event of a total "loss" to a covered
Coverage: "auto",we will pay the lesser of: I
Any "employee" of yours is an "insured" while
using a covered "auto" you don't own, hire or a. Any unpaid amount due on the lease or
borrow in your business or your personal affairs. loan for a covered "auto", less:
D. INCREASED COVERAGE-BAIL BONDS (1) The amount under the Physical I
Damage Coverage section of the
The Supplementary Payments Coverage policy; and
Extension of Section II - Covered Autos Liability
Coverage is amended as follows: (2) Any: I
The Limit of Insurance in paragraph A.2.a.(2) is (a) Overdue lease/loan payments at
increased to$5,000. the time of the"loss";
E. INCREASED COVERAGE - LOSS OF (b) Financial penalties imposed
I
EARNINGS under a lease for excessive use,
abnormal wear and tear or high
The Supplementary Payments Coverage mileage;
Extension of Section II - Covered Autos Liability
I
Coverage is amended as follows: (c) Security deposits not returned by
the lessor;
The Limit of Insurance in paragraph A.2.a.(4) is
increased to$1,000. (d) Costs for extended warranties,
Credit Life Insurance, Health,
I
F. FELLOW EMPLOYEE COVERAGE Accident or Disability Insurance
The Fellow Employee Exclusion contained in purchased with the loan or lease;
and
Section II-Covered Autos Liability Coverage does I
not apply. This coverage is excess over any other (e) Carry-over balances from
collectable insurance. previous loans or leases; or
G. COVERAGE EXTENSION -TRANSPORTATION b. $5,000.
I
EXPENSES However, this provision does not apply to the
Paragraph A.4.a. Transportation Expenses of extent loan/lease gap coverage has been
Section III-Physical Damage Coverage is provided by separate endorsement to this
amended as follows: policy.
1
1. The Limits of Insurance are increased to $75
per day to a maximum of$2,500.
Page 2 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17
I
Office, Inc., with its permission
I
I '
J. GLASS REPAIR-NO DEDUCTIBLE When fire extinguishers are kept in your covered
I
The following is added to Paragraph D. Deductible "auto" and any are discharged in an attempt to
of Section 111- Physical Damage Coverage: extinguish a fire, we will pay the lesser of the
actual cost of recharging or replacing such fire
Any Comprehensive Coverage deductible shown extinguisher(s).
I in the Declarations does not apply to "loss" to No deductible applies to this coverage.
glass when you elect to patch or repair rather than
replace the glass. O. HIRED AUTO PHYSICAL DAMAGE
K. INCREASED COVERAGE - ELECTRONIC COVERAGE
I
EQUIPMENT The following is added to Paragraph A.4.
The $1,000 limit indicated in Paragraph C.1.b. Coverage Extensions of Section III - Physical
under Section III - Physical Damage Coverage is Damage Coverage:
I
increased to $2,500. If hired "autos" are covered "autos" for Covered
L. EXTENDED COVERAGE - PERSONAL Autos Liability Coverage and if Physical Damage
Coverage is provided for any"auto"you own,then
PROPERTY
the Physical Damage coverages provided are
IThe following is added to Paragraph A.4. extended to"autos"you lease, rent, hire or borrow
Coverage Extensions of Section III - Physical from someone other than your "employees",
Damage Coverage: partners or members of their households subject
I
Physical Damage Coverage on a covered "auto" to the following:
may be extended to "loss" to your personal 1. The most we will pay in any one "loss" is the
property or, if you are an individual, the personal lesser of:
property of a family member,that is in the covered
I
a. The actual cash value of the"auto";
"auto" at the time of "loss" and caused by an
"accident" and resulting from the ownership, b. The cost to repair or replace the"auto"; or
maintenance or use of a covered "auto".
c. $100,000.
I
The insurance provided by this coverage
extension is excess over any other collectible 2. Paragraph 1.above is subject to a deductible.
insurance. The most we will pay for any one"loss" The deductible shall be equal to the amount of
under this coverage extension is$500. However, the highest deductible shown for any owned
' our payment for "loss" to personal property will "auto" of the same classification for that
only be for the account of the owner of the coverage. In the event there is no owned
property. "auto" of the same classification, the highest
deductible for any owned "auto"will apply for
I
Under this provision, personal property does not that coverage.
include and we will not pay for"loss" of currency, No deductible will apply to "loss" caused by
coins, securities or contraband.
fire or lightning.
I
No deductible applies to this coverage extension. 3. Hired Auto Physical Damage Coverage is
M. TOWING subject to the following:
Paragraph A.2. Towing of Section III - Physical a. If symbol 8 is shown in the Covered Auto
Damage Coverage, is replaced by the following: section of the Declarations page for any of
If a private passenger type "auto" or light truck the Physical Damage coverages,then the
"auto" (0-10,000 Lbs. GVW) is provided both Hired Auto Physical Damage coverage
described in this endorsement does not
Comprehensive and Collision Coverage, we will
pay up to$150 for towing and labor costs incurred apply.
each time such "auto" is disabled. If a medium, b. Other than indicated in Paragraphs a.
heavy or extra-heavy truck or extra-heavy Truck- directly above, coverage provided under
tractor "auto" (greater than 10,000 Lbs. GVW) is this provision will be excess over any
I
provided both Comprehensive and Collision other collectible insurance or coverage.
Coverage, we will pay up to $250 for towing and 4. In addition to the limit set forth in Paragraph 1.
labor costs incurred each time such "auto" is above we will pay up to $500 per day, to a
disabled. However, the labor must be performed maximum of$3,500 per"loss"for:
at the place of disablement.
N. FIRE EXTINGUISHER RECHARGE a. Any costs or fees associated with the
"loss"to a hired "auto"; and
1 The following is added to Paragraph A.4.
Coverage Extensions of Section IV - Physical b. Loss of use of the hired"auto", provided it
Damage Coverage: is the consequence of an "accident" for
which you are legally liable, and as a
I
CL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 3 of 5
Office, Inc., with its permission
I
I
result of which a monetary loss is (1) You, if you are designated in the
sustained by the leasing or rental Declarations as an individual;
concern.
if r I
(2) Your partners or members, you are
However, Paragraph A.4.b. Loss of Use designated in the Declarations as a
Expenses under Section III - Physical Damage partnership or joint venture; I Coverage of the Business Auto Coverage Form
does not apply. (3) Your members or managers, if you
are designated in the Declarations as
P. RENTAL REIMBURSEMENT COVERAGE a limited liability company;
We will pay for rental reimbursement expenses (4) Your executive officers if you are
I
incurred by you for the rental of an"auto"because designated in the Declarations as an
of"loss"to a covered"auto". organization other than an individual,
1. Payment applies in addition to the otherwise partnershi , joint venture or limited
liability commpany; and
I
applicable amount of each coverage you have
on the covered"auto". (5) The spouse of any person named in
2. No deductible applies to this coverage. Paragraphs 1 dem. through 1.a.(4) I while a resident of the same
3. We will pay only for those expenses incurred household;
during the policy period beginning 24 hours Except:
after the "loss" and ending, regardless of the
expiration date of the policy,with the lesser of (a) Any "auto" owned by that
the following number of days: individual or by any member of his
a. The number of days when the covered or her household.
"auto" has been repaired or replaced, or (b) Any"auto"used by that individual I
b. 45 days. or his or her spouse while working
in a business of selling, servicing,
4. Our payment is limited to the lesser of the repairing or parking"autos".
following amounts: 2. Changes In Auto Medical Payments And I
a. Necessary and actual expenses incurred; Uninsured And Underinsured Motorists
or Coverages
b. Not more than $75 for any one day; The following is added to Who Is An Insured:
I
5. We will pay up to an additional $300 for the Any individual named in 1.a above and his or
reasonable and necessary expenses you her "family members" are "insured" while
incur to remove your materials and equipment "occupying" or while a pedestrian when being
I
from the covered "auto" and replace such struck by any"auto" you don't own except:
materials and equipment on the rental"auto". Any"auto"owned by that individual or by any
6. This coverage does not apply while there are "family member".
spare or reserve "autos" available to you for
3. Changes In Physical Damage Coverage
your operations.
9 Y 9 9
7. If"loss"results from the total theft of a covered Any private passenger type "auto" you don't
"auto" of the"private passenger type",we will own, hire or borrow is a covered "auto" whileI
pay under this coverage only that amount of in the care,custody or control of any individual
named in
your rental reimbursement expenses which is Q.1.a. above or his or her spouse
not already provided for under the Physical while a resident of the same house-hold
Damage Coverage Extension of the Business except: I
Auto Coverage Form or any endorsements • a. Any"auto" owned by that individual or by
thereto. any member of his or her household; or
However, this provision does not apply to the b. Any"auto"used by that individual or his or
I
extent that rental reimbursement is provided her spouse while working in a business of
by separate endorsement to this policy. selling, servicing, repairing or parking
Q. DRIVE OTHER CAR COVERAGE "autos".
1. The following is added to Section II-Covered 4. The most we will pay for the total of all
The s LiabiGadded to damages under Covered Autos Liability
AUninsured Motorists Coverage and
a. Any "auto" you don't own, hire or borrow Underinsured Motorists Coverage is the Limit
is a covered "auto"for Liability Coverage Of Insurance shown in the Declarations as
while being used by: applicable to owned"autos".
Page 4 of 5 Includes copyrighted material of Insurance Services CL CA 01 49 06 17
I
Office, Inc., with its permission
I
5. Our obligation to pay for, repair, return or T. UNINTENTIONAL OMISSIONS
I replace damaged or stolen property under
Physical Damage Coverage, will be reduced The following is added Paragraph B.2. of Section
by a deductible equal to the amount of the IV- Business Auto Conditions:
highest deductible shown for any owned If you fail to disclose any hazards existing at the
I private passenger type "auto" applicable to
that coverage. If there are no owned private inception date of this policy, such failure will not
prejudice the coverage provided to you. However,
passenger type "autos", the deductible shall this provision does not affect our right to collect
be $250 for Comprehensive Coverage and additional premium or exercise our right of
I $500 for Collision Coverage. No deductible cancellation or nonrenewal.
will apply to"loss"caused by fire or lightning.
U. LIBERALIZATION
6. Additional Definition
If we revise this endorsement to provide greater
I As used in this DRIVE OTHER CAR
Provision: coverage without additional premium charge, we
will automatically provide the additional coverage
"Family member" means a person related to to all endorsement holders as of the day the
I the individual named in 1.a. by blood, revision is effective in your state.
marriage or adoption who is a resident of the
individual's household, including a ward or
foster child.
I R. KNOWLEDGE OF AN ACCIDENT,CLAIM,SUIT
OR LOSS
The following is added to Paragraph A.2. of
I Section IV- Business Auto Conditions:
Your obligation to provide prompt notice of an
"accident", claim, "suit"or"loss" is satisfied if you
I or a person designated by you to be responsible
for insurance matters is notified of, or in any
manner made aware of an"accident",claim, "suit"
or"loss" and provides us such notice as soon as
I practicable
S. WAIVER OF SUBROGATION BY CONTRACT
OR AGREEMENT
I The following is added to Paragraph A.5 of
Section IV- Business Auto Conditions:
We waive any right of recovery we may have
I against a person or organization because of
payments we make for"bodily injury" or"property
damage" when you and such person or
organization have agreed in writing in a contract
I or agreement to waive such right of recovery,
provided:
1. Such written contract or agreement was:
I a. Made prior to the "accident" or "loss"
resulting in the covered "bodily injury" or
"property damage"; and
I b. Was in effect at the time of the covered
"bodily injury"or"property damage".
2. The covered "bodily injury" or "property
damage" must arise out of the operations
I specified in such written contract or
agreement.
3. At our request you must provide us with a
I copy of the aforementioned written contract or
agreement.
ICL CA 01 49 06 17 Includes copyrighted material of Insurance Services Page 5 of 5
Office, Inc., with its permission
1
This page has been left blank intentionally.
1
1
1
r
i
1
1
I
1
I
i
1
1
1
i
i
1
COMMERCIAL UMBRELLA
CL CU 24 70 09 16
' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - PRIMARY NON CONTRIBUTORY
This endorsement modifies insurance provided under the following:
COMMERCIAL LIABILITY UMBRELLA COVERAGE FORM
Paragraph 5. Other Insurance of SECTION IV - CONDITIONS, COMMERCIAL LIABILITY UMBRELLA
' COVERAGE FORM is replaced with the following:
5. Other Insurance
a. This insurance is excess over, and shall not contribute with any of the other insurance,whether primary,
' excess, contingent or on any other basis except as shown under 5.c.below. This condition will not apply
to insurance specifically written as excess over this Coverage Part.
When this insurance is excess, we will have no duty under Coverages A or B to defend the insured
against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other
insurer defends,we will undertake to do so,but we will be entitled to the insured's rights against all those
other insurers.
b. When this insurance is excess over other insurance, we will pay only our share of the "ultimate net loss"
' that exceeds the sum of:
(1) The total amount that all such other insurance would pay for the loss in the absence of this insurance;
and
' (2) The total of all deductible and self-insured amounts under all that other insurance.
c. The insurance is excess of all other insurance available to an additional insured whether on a primary,
excess, contingent or any other basis. But if required by a written contract or written agreement to be
' primary and noncontributory, this insurance will be primary to, and will not seek contribution from, any
insurance on which the additional insured is a Named Insured.
No other coverage or limit in the policy applies to loss or damage insured by this coverage.
1
CL CU 24 70 09 16 Includes copyrighted material of Insurance Services Page 1 of 1
Office, Inc.,with its permission
I
This page has been left blank intentionally.
i
1
1
1
1
1
1
1
1
1
1
1
1
1
i
i
1
1
1
COMMERCIAL LIABILITY UMBRELLA
CL CU 24 74 09 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET WAIVER OF TRANSFER OF RIGHTS
OF RECOVERY AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL LIABILITY UMBRELLA COVERAGE PART
' The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV.- Conditions is
amended by the addition of the following:
We waive any right of recovery we may have because of payments we make for"bodily injury" or"property
damage" arising out of your ongoing operations or "your work" done under a written contract requiring such
waiver with that person or organization and included in the"products-completed operations hazard".
' However, our rights may only be waived prior to the"occurrence"giving rise to the injury or damage for which
we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At
our request,the insured will bring"suit"or transfer those rights to us and help us enforce those rights.
I
1
1
' CL CU 24 74 09 13 Includes copyrighted material of Insurance Services Page 1 of 1
Offices, Inc.with its permission
I
This page has been left blank intentionally.
1
1
1
1
1
I
I
i
1
1
1
I IN .
Bond No. 023209997
EXHIBIT G
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
iiiKNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Miles Resources, LLC, ("Principal")and Liberty Mutual Insurance Company ,
the undersigned corporation organized and existing under the laws of the State of Massachusetts
and legally doing business in the State of Washington as a surety("Surety"), are held and firmly bonded unto
the City of Federal Way, a Washington municipal corporation ("City") in the penal sum of One Million Four
II Hundred Twenty-Eight Two Hundred Twenty-Nine and 40/100 ($1,428,229.40) 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 Citydated Y 11 2 20n for 2019 Asphalt
IIOverlay 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
ill 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
ii 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,
II 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
pthe 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
II 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.
IIWithin 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
1 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,
di according to the option it has elected. Should Surety elect option (a)to cure the default,the penal sum of the
Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If
the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of
its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety
shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the
Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
III paragraph, prior to any interplead action.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 61 2019
RFB ver.5-18
Is
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
gi default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said
dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
iii
DATED this 2204 day of March , 2019 .
1111 Liberty Mutual Insurance Company
CORPORATE SEAL OF PRINCIPAL: PRINCIPAL
By: A I 111
Bradl- - %ith
Its: Ope grrs Ma ager
II 400 Valley Av- NE
Puyallup, WA 98372
(253) 383-3585
IICERTIFICATE AS TO CORPORATE SEAL
II hereby certify that I am the(Assistant) Secretary of the Corporation named as Principal in the
within bond; that Bradley Griffith, who signed the said bond on behalf of the Principal, was Operations
Manager of the said Corporation; that I know his or her signature thereto is genuine,and that said bond was
duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body.
, li
111 Secretary of Assistant Secretary
CORPORATE SEAL OF SURETY: Liberty Mutual Insurance Company
PSURETY
• 009..,,.,,,,*, Attorney-in-Fact Aliceon A. Keltner
ci Y "0,°,., `' (Attach Power of Attorney)
y�0 � \(
, cp \s. Aliceon A. Keltner,Attorney-in-Fact
• C r + .. (Name of Person Executing Bond)
-0 •••• (' :,
'• ••; C 1001 4th Avenue,Suite 3700
'' '9S 0-"‘.•+�
'4"1.03 3° Seattle,WA 98154
(Address)
II (206)473-3788
(Phone)
0 APPROVED AS TO FORM:
...../.,...izz. If/
i/�
1111 'fa( J. Ryan Call, City Attorney
1 i City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 62 2019
RFB ver.5-18
I} This Power of Attorney limits the acts of those named herein,and they have no authority to
II- bind the Company except in the manner and to the extent herein stated.
V'� .
V&I
.� erty
Liberty Mutual Insurance Company
�� Mutual®
SURETY The Ohio Casualty Insurance Company Certificate No:8200306-023049
I
West American Insurance Company
POWER OF ATTORNEY
IKNOWN 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, Holli
Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L.
I Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C.
Swanson,Misti M.Webb,Eric A.Zimmerman
all of the city of Tacoma state of Washington 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 January , 2019 .
Liberty Mutual Insurance Company
p'va ort 4, p,-rr INS& Pa tsuii,gy The Ohio Casualty Insurance Company
'" 4,�o, . 2co R4,Fo z Zoo R4,Fo'0 West American Insurance Company
cu
1912 ,co 0 1919 1991 0 u
dJl9s'S4CHU`���.da y�Z��hA MPsa`�,aD° Y. /NDInNP' At, ‘4;ir .By. C
tn
David M.Carey,Assistant Secretary
F2 State of PENNSYLVANIA T
= County of MONTGOMERY ss c
m
0) c
CD On this 15th day of January , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0
o 2 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=N
> therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 8 w
>+
= 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. c cL
C P p M
c0 N 4'.'P rF{ STH OF PEM4SYLVAMA Q 4
cul 4' -0<5 Notarial �� 0 c
0 OF ,
Teresa Parma, Pubic f03
. N Upper Merton Tap.,Montgomery County By: a)
c ,., My Const n Eames March 28,2021 E
N SPI�`G Per.syaa.aa of eresa Pastella,Notary Public a0 CTS
O
a �
2(1) to
m This Power of Attomey is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual rn
o.. Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o cu
E a; ARTICLE IV—OFFICERS:Section 12.Power of Attorney.
TP Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the _0
>, 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 >o
To any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall s N
> have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such "0?
EN
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 the
tr=co
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. o 0
ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0
Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,H
shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,
bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
I Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-
fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety
obligations.
Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and e 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 r - i - +d effect and
has not been revoked. �. 1111'(iR l
IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 22nd day of March ,f2 •I" p 0 R fr ti
�1NSUR ��Y INSUq� � mu'? 2� , PQ '�
cb
�JPGoaao�rgy0 0, cP Po�T 9I- `VP 4o0.ao�T 9y0 3 : 1912 n
J3 Fo /� Q3 Fon r Fo1�
2I 1912 0 0 1919 0 L 1991 0 ...444444.0
� o b�
r.. �`°'so i2 #' ° a ° By: • J ♦ c
d� s4chtl- 4- hAmps, a /NDIANr' a3 •.
IazT * *� Hyl * *aa s3M * *�,a Renee C.Llewellyn,Assjst Ve :. •
LMS-12873 LMIC OCIC WAIL Multi Co_062018 •/0,,►,pN t��M1N,,
1 EXHIBIT H
TITLE VI ASSURANCES
IDuring 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:
Il1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of
Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to
I
as the Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
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
IAppendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
IIn all solicitations either by competitive bidding or negotiations made by the contractor for
work to be performed under a sub-contract, including procurement of materials or leases of
I equipment, each potential sub-contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
I4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or
the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Non-compliance
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
determine to be appropriate, including, but not limited to: Withholding of payments to the
Icontractor under the contract until the contractor complies, and/or; Cancellation, termination, or
suspension of the contract, in whole or in part
I
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 63 2019
RFB ver. 5-18
1 6. Incorporation of Provisions
I 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
I respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a
means of enforcing such provisions including sanctions for non-compliance. Provided, however, that
in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor
i
or supplier as a result of such direction, the contractor may request WSDOT enter into such
litigation to protect the interests of the state and, in addition, the contractor may request the
USDOT enter into such litigation to protect the interests of the United States.
I
I
III
I
I
I
I
I
I
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Page 64 2019
I
RFB ver. 5-18
AMENDMENTS TO THE
STANDARD SPECIFICATIONS
' INTRO.AP1
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2018
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational
' purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
1-01.AP1
' Section 1-01, Definitions and Terms
August 6, 2018
' 1-01.3 Definitions
The following new term and definition is inserted before the definition for"Shoulder":
' Sensitive Area — Natural features, which may be previously altered by human activity, that
are present on or adjacent to the project location and protected, managed, or regulated by
local, tribal, state, or federal agencies.
The following new term and definition is inserted after the definition for"Working Drawings":
WSDOT Form — Forms developed and maintained by WSDOT that are required or
' available for use on a project. These forms can be downloaded from the forms catalogue
at:
' http://wsdot.wa.gov/forms/pdfForms.html
1-02.AP1
' Section 1-02, Bid Procedures and Conditions
October 30, 2018
' 1-02.4(1) General
This section is supplemented with the following:
Prospective Bidders are advised that the Contracting Agency may include a partially
' completed Washington State Department of Ecology (Ecology) Transfer of Coverage
(Ecology Form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP)
' City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment Page 1 2019
RFB ver. 5-18
1
as part of the Bid Documents. When the Contracting Agency requires the transfer of
coverage of the CSWGP to the Contractor, an informational copy of the Transfer of
Coverage and the associated CSWGP will be included in the appendices. As a condition of
Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer
of Coverage and return the form to the Contracting Agency.
The Contracting Agency is responsible for compliance with the CSWGP until the end of day
that the Contract is executed. Beginning on the day after the Contract is executed, the
Contractor shall assume complete legal responsibility for compliance with the CSWGP and
full implementation of all conditions of the CSWGP as they apply to the Contract Work.
1-02.5 Proposal Forms
The first sentence of the first paragraph is revised to read:
At the request of a Bidder, the Contracting Agency will provide a physical Proposal Form
for any project on which the Bidder is eligible to Bid.
1-02.6 Preparation of Proposal
Item number 1 of the second paragraph is revised to read:
1. A unit price for each item (omitting digits more than two places to the right of the
decimal point), '
In the third sentence of the fourth paragraph, `WSDOT Form 422-031" is revised to read
"WSDOT Form 422-031U".
The following new paragraph is inserted before the last paragraph:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the
Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.
1-03.AP1
Section 1-03, Award and Execution of Contract
January 2, 2018
1-03.3 Execution of Contract '
The first paragraph is revised to read:
Within 20 calendar days after the Award date, the successful Bidder shall return the signed
Contracting Agency-prepared Contract, an insurance certification as required by Section 1-
07.18, 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, III, and VIII completed
when provided, and shall be registered as a contractor in the state of Washington.
1-03.5 Failure to Execute Contract
The first sentence is revised to read:
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment-Page 2 2019
RFB ver. 5-18
I
I
I Failure to return the insurance certification and bond with the signed Contract as required in
Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business
Enterprise information if required in the Contract, or failure or refusal to sign the Contract,
or failure to register as a contractor in the state of Washington, or failure to return the
Icompleted Transfer of Coverage for the Construction Stormwater General Permit to the
Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit
of this Bidder.
I1-05.AP1
Section 1-05, Control of Work
IAugust 6, 2018
1-05.5 Vacant
IThis section, including title, is revised to read:
1-05.5 Tolerances
I Geometrical tolerances shall be measured from the points, lines, and surfaces defined in
Contract documents. ,,
A plus (+)tolerance increases the amount or dimension to which it applies, or raises a
I deviation from level. A minus (-)tolerance decreases the amount or dimension to which it
applies, or lowers a deviation from level. Where only one signed tolerance is specified (+or
-), there is no specified tolerance in the opposing direction.
ITolerances shall not be cumulative. The most restrictive tolerance shall control.
l
Tolerances shall not extend the Work beyond the Right of Way or other legal boundaries
identified in the Contract documents. If application of tolerances causes the extension of
the Work beyond the Right of Way or legal boundaries, the tolerance shall be reduced for
that specific instance.
ITolerances shall not violate other Contract requirements. If application of tolerances causes
the Work to violate other Contract requirements, the tolerance shall be reduced for that
I
specific instance. If application of tolerances causes conflicts with other components or
aspects of the Work, the tolerance shall be reduced for that specific instance.
I 1-05.9 Equipment
The following new paragraph is inserted before the first paragraph:
I Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose dirt
and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
undercarriage. The Engineer will reject equipment from the site until it returns clean.
I
This section is supplemented with the following:
Upon completion of the Work, the Contractor shall completely remove all loose dirt and
I
vegetative debris from equipment before removing it from the job site.
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 3 2019
RFB ver.5-18
I
1
1-06.AP1
Section 1-06, Control of Material
October 30, 2018
1-06.1(3) Aggregate Source Approval (ASA) Database
This section is supplemented with the following:
Regardless of status of the source, whether listed or not listed in the ASA database the
source owner may be asked to provide testing results for toxicity in accordance with
Section 9-03.21(1).
1-06.2(2)D Quality Level Analysis
This section is supplemented with the following new subsection:
1-06.2(2)D5 Quality Level Calculation—HMA Compaction
The procedures for determining the quality level and pay factor for HMA compaction are as
follows:
1. Determine the arithmetic mean, Xm, for compaction of the lot: '
X = Ex
Xm n '
Where:
x= individual compaction test values for each sublot in the lot.
= summation of individual compaction test values
n = total number test values
2. Compute the sample standard deviation, "S", for each constituent:
_ t 1
-
nExz —�Ex)z
z
S=
n(n-1)
- - t
Where:
lx2= summation of the squares of individual compaction test values
(lx)2 = summation of the individual compaction test values squared
3. Compute the lower quality index(QL):
LSL
Qz — S
Where:
LSL = 91.5
1
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 4 2019
RFB ver.5-18
I
I
4. Determine PL(the percent within the lower Specification limit which corresponds to
I a given QL)from Table 1. For negative values of QL, PL is equal to 100 minus the
table PL. If the value of QL does not correspond exactly to a figure in the table, use
the next higher value.
1 5. Determine the quality level(the total percent within Specification limits):
Quality Level = P�
I6. Using the quality level from step 5, determine the composite pay factor(CPF)from
Table 2.
I7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
compaction lot; however, the maximum HMA compaction CPF using an LSL=
I91.5 shall be 1.05.
8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
I
LSL = 91.0. The value thus determined shall be the HMA compaction CPF for that
lot; however, the maximum HMA compaction CPF using an LSL= 91.00 shall be
1.00.
I 1-06.2(2)D4 Quality Level Calculation
The first paragraph (excluding the numbered list)is revised to read:
I The procedures for determining the quality level and pay factors for a material, other than
HMA compaction, are as follows:
I 1-06.6 Recycled Materials
The first three sentences of the second paragraph is revised to read:
The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-
I
075A within 30 calendar days after the Contract is executed. The plan shall provide the
Contractor's anticipated usage of recycled concrete aggregates for meeting the
requirements of these Specifications. The quantity of recycled concrete aggregate will be
I provided in tons and as a percentage of the Plan quantity for eligible material listed in
Section 9-03.21(1)E Table on Maximum Allowable percent(By Weight)of Recycled
Material.
IThe last paragraph is revised to read:
Within 30 calendar days after Physical Completion, the Contractor shall report the quantity
Iof recycled concrete aggregates that were utilized in the construction of the project for each
eligible item listed in Section 9-03.21(1)E. The Contractor's report shall be provided on.
WSDOT Form 350-075A, Recycled Materials Reporting.
I 1-06.6(1)A General
Item 1(a) in the second paragraph is revised to read:
I
City of Federal Way RFB#19-001
I. 2019 Asphalt Overlay Project Amendment-Page 5 2019
RFB ver.5-18
I
a. The estimated costs for the Work for each material with 25 percent recycled concrete
aggregate. The cost estimate shall include for each material a documented price quote
from the supplier with the lowest total cost for the Work.
1-07.AP1
Section 1-07, Legal Relations and Responsibilities to the Public '
August 6, 2018
1-07.5 Environmental Regulations '
This section is supplemented with the following new subsections:
1-07.5(5) U.S.Army Corps of Engineers
When temporary fills are permitted, the Contractor shall remove fills in their entirety and the
affected areas returned to pre-construction elevations.
If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special
Provisions, the Contractor shall retain a copy of the permit or the verification letter(in the
case of a Nationwide Permit)on the worksite for the life of the Contract. The Contractor
shall provide copies of the permit or verification letter to all subcontractors involved with the
authorized work prior to their commencement of any work in waters of the U.S.
1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
The Contracting Agency will provide fish exclusion and handling services if the Work
dictates. However, if the Contractor discovers any fish stranded by the project and a
Contracting Agency biologist is not available, they shall immediately release the fish into a
flowing stream or open water.
1-07.5(1) General
The first sentence is deleted and replaced with the following:
No Work shall occur within areas under the jurisdiction of resource agencies unless
authorized in the Contract.
The third paragraph is deleted.
1-07.5(2) State Department of Fish and Wildlife '
This section is revised to read:
In doing the Work, the Contractor shall: '
1. Not degrade water in a way that would harm fish, wildlife, or their habitat.
2. placematerials below or remove them from the ordinaryhigh water line
Not 9
except as may be specified in the Contract.
3. Not allow equipment to enter waters of the State except as specified in the
Contract.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 6 2019
RFB ver.5-18
1
I
I
4. Revegetate in accordance with the Plans, unless the Special Provisions permit
Iotherwise.
5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of
water.
I 6. Ensure continuous stream flow downstream of the Work area.
I 7. Dispose of any project debris by removal, burning, or placement above high-water
flows.
I 8. Immediately notify the Engineer and stop all work causing impacts, if at any time,
as a result of project activities, fish are observed in distress or a fish kill occurs.
I If the Work in (1)through (3)above differs little from what the Contract requires, the
Contracting Agency will measure and pay for it at unit Contract prices. But if Contract items
do not cover those areas, the Contracting Agency will pay pursuant to Section 1-09.4.Work
in (4)through(8)above shall be incidental to Contract pay items.
I1-07.5(3)� ) State Department of Ecology
This section is revised to read:
IIn doing the Work, the Contractor shall:
I1. Comply with Washington State Water Quality Standards.
2. Perform Work in such a manner that all materials and substances not specifically
I identified in the Contract documents to be placed in the water do not enter waters
of the State, including wetlands. These include, but are not limited to, petroleum
products, hydraulic fluid, fresh concrete, concrete wastewater, process
' wastewater, slurry materials and waste from shaft drilling, sediments, sediment-
laden water, chemicals, paint, solvents, or other toxic or deleterious materials.
3. Use equipment that is free of external petroleum-based products.
4. Remove accumulations of soil and debris from drive mechanisms (wheels,tracks,
tires)and undercarriage of equipment prior to using equipment below the ordinary
Ihigh water line.
5. Clean loose dirt and debris from all materials placed below the ordinary high water
line. No materials shall be placed below the ordinary high water line without the
IEngineer's concurrence.
6. When a violation of the Construction Stormwater General Permit(CSWGP)
I occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
Contractor ECAP Report, and submit the form to the Engineer within 48 hours of
the violation.
' ' 7. Once Physical Completion has been given, prepare a Notice of Termination
(Ecology Form ECY 020-87)and submit the Notice of Termination electronically to
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 7 2019
RFB ver.5-18
1
the Engineer in a PDF format a minimum of 7 calendar days prior to submitting
the Notice of Termination to Ecology.
8. Transfer the CSWGP coverage to the Contracting Agency when Physical
Completion has been given and the Engineer has determined that the project site
is not stabilized from erosion.
9. Submit copies of all correspondence with Ecology electronically to the Engineer in
a PDF format within four calendar days. '
1-07.5(4) Air Quality
This section is revised to read: '
The Contractor shall comply with all regional clean air authority and/or State Department of
Ecology rules and regulations.
The air quality permit process may include additional State Environment Policy Act(SEPA)
requirements. Contractors shall contact the appropriate regional air pollution control
authority well in advance of beginning Work. '
When the Work includes demolition or renovation of any existing facility or structure that
contains Asbestos Containing Material (ACM)and/or Presumed Asbestos-Containing
Material(PACM), the Contractor shall comply with the National Emission Standards for
Hazardous Air Pollutants(NESHAP).
Any requirements included in Federal and State regulations regarding air quality that '
applies to the "owner or operator" shall be the responsibility of the Contractor.
1-07.7(1) General '
The first sentence of the third paragraph is revised to read:
When the Contractor moves equipment or materials on or over Structures, culverts or '
pipes, the Contractor may operate equipment with only the load-limit restrictions in Section
1-07.7(2).
The first sentence of the last paragraph is revised to read: '
Unit prices shall cover all costs for operating over Structures, culverts and pipes. '
1-07.9(1) General
The last sentence of the sixth paragraph is revised to read:
Generally, the Contractor initiates the request by preparing standard form 1444 Request for
Authorization of Additional Classification and Rate, available at
https://www.doigov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the
Engineer for further action.
1-07.9(2) Posting Notices
The second sentence of the first paragraph (up until the colon) is revised to read:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 8 2019
RFB ver.5-18
1
I
1 •
I
The Contractor shall ensure the most current edition of the following are posted:
In items 1 through 10, the revision dates are deleted.
I1-07.11(2) Contractual Requirements
In this section, "creed" is revised to read "religion".
, I Item numbers 1 through 9 are revised to read 2 through 10, respectively.
After the preceding Amendment is applied, the following new item number 1 is inserted:
' 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear,
hostility and intimidation at all times. Behaviors that violate this requirement include but
I
are not limited to:
a. Persistent conduct that is offensive and unwelcome.
Ib. Conduct that is considered to be hazing.
c. Jokes about race, gender, or sexuality that are offensive.
Id. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature
which interferes with a person's ability to perform their job or creates an
' intimidating, hostile, or offensive work environment.
e. Language or conduct that is offensive, threatening, intimidating or hostile based
on race, gender, or sexual orientation.
I
f. Repeating rumors about individuals in the Work Site that are considered to be
P 9
harassing or harmful to the individual's reputation.
I1-07.11(5) Sanctions
This section is supplemented with the following:
I
Immediately upon the Engineer's request, the Contractor shall remove from the Work site
any employee engaging in behaviors that promote harassment, humiliation, fear or
Iintimidation including but not limited to those described in these specifications.
1-07.11(6) Incorporation of Provisions
IThe first sentence is revised to read:
The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements
(1)through (5)and the Section 1-07.11(5)Sanctions in every subcontract including
Iprocurement of materials and leases of equipment.
1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
IThe last sentence of the first paragraph is revised to read:
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 9 2019
RFB ver.5-18
I
An SPCC Plan template and guidance information is available at
http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-
prevent-report.
1-07.18 Public Liability and Property Damage Insurance
Item number 1 is supplemented with the following new sentence: '
This policy shall be kept in force from the execution date of the Contract until the Physical
Completion Date. ,
1-08.AP1
Section 1-08, Prosecution and Progress
August 6, 2018
1-08.1 Subcontracting
The first sentence of the seventh paragraph is revised to read:
All Work that is not performed by the Contractor will be considered as subcontracting
except: purchase of sand, gravel,crushed stone, crushed slag, batched concrete
aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site fabricated
items, and any other materials supplied by established and recognized commercial plants;
or(2)delivery of these materials to the Work site in vehicles owned or operated by such ,
plants or by recognized independent or commercial hauling companies hired by those
commercial plants.
1-08.5 Time for Completion
Item number 2 of the sixth paragraph is supplemented with the following:
f. A copyof the Notice of Termination sent to the Washington State Department of
9 P
Ecology(Ecology); the elapse of 30 calendar days from the date of receipt of the
Notice of Termination by Ecology; and no rejection of the Notice of Termination by
Ecology. This requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance with Section 8-
01.3(16).
1-08.7 Maintenance During Suspension
The fifth paragraph is revised to read:
The Contractor shall protect and maintain all other Work in areas not used by traffic. All '
costs associated with protecting and maintaining such Work shall be the responsibility of
the Contractor.
1-09.AP1
Section 1-09, Measurement and Payment
August 6, 2018 '
1-09.2(1) General Requirements for Weighing Equipment
The last paragraph is supplemented with the following: ,
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 10 2019
RFB ver.5-18
1
When requested by the Engineer, the Contractor's representative shall collect the tickets
throughout the day and provide them to the Engineer's designated receiver, not later than
' the end of shift,for reconciliation. Tickets for loads not verified as delivered will receive no
pay.
' 1-09.2(2) Specific Requirements for Batching Scales
The last sentence of the first paragraph is revised to read:
' Batching scales used for concrete or hot mix asphalt shall not be used for batching
other materials.
I
2-02.AP2
Section 2-02, Removal of Structures and Obstructions
April 2, 2018
' 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
In item number 3 of the first paragraph, the second sentence is revised to read:
For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 18
inches from and parallel to the initial saw cut is also required, unless the
Engineer allows otherwise.
I2-09.AP2
Section 2-09, Structure Excavation
' April 2, 2018
2-09.2 Materials
In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
Cement Concrete" are revised to read:
Cement 9-01
Fine Aggregate for Concrete 9-03.1(2)
2-09.3(3)D Shoring and Cofferdams
The first sentence of the sixth paragraph is revised to read:
Structural shoring and cofferdams shall be designed for conditions stated in this Section
' using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
Highway Bridges Seventeenth Edition—2002 for allowable stress design, or the AASHTO
LRFD Bridge Design Specifications for load and resistance factor design.
3-01.AP3
Section 3-01, Production from Quarry and Pit Sites
' April 2, 2018
3-01.1 Description
The first paragraph is revised to read:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 11 2019
RFB ver.5-18
1
This Work shall consist of manufacturing and producing crushed and screened aggregates
including pit run aggregates of the kind, quality, and grading specified for use in the
construction of concrete, hot mix asphalt, crushed surfacing, maintenance rock, ballast,
gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface treatments of all
descriptions.
4-04.AP4
Section 4-04, Ballast and Crushed Surfacing
April 2, 2018
4-04.3(5) Shaping and Compaction
This section is supplemented with the following new paragraph: ,
When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance testing in lieu of
compacting to 95% of the standard density as determined by the requirements of Section
2-03.3(14)D.The test point evaluation shall be performed in accordance with SOP 738.
5-01.AP5
Section 5-01, Cement Concrete Pavement Rehabilitation
August 6, 2018
5-01.2 Materials
The section reference for Concrete Patching Material is revised to read "9-20.1".
5-01.3(1)A1 Concrete Patching Materials
In this section, each reference to"9-20" is revised to read "9-20.1".
5-01.3(4) Replace Cement Concrete Panel
The last sentence of the fourth to last paragraph is revised to read:
If the replacement panel is located in an area that will be ground as part of concrete
pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall be
measured, by the Contractor, in conjunction with the smoothness measurement done in
accordance with Section 5-01.3(10).
5-04.AP5
Section 5-04, Hot Mix Asphalt ,
April 2, 2018
5-04.1 Description
The last sentence of the first paragraph is revised to read:
The manufacture of HMA may include additives or processes that reduce the optimum
mixing temperature(Warm Mix Asphalt)or serve as a compaction aid in accordance with
these Specifications.
5-04.2 Materials
The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive".
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 12 2019
RFB ver.5-18
1
1
' 5-04.2(1) How to Get an HMA Mix Design on the QPL
The last bullet in the first paragraph is revised to read:
• Do not include HMA additives that reduce the optimum mixing temperature or serve as
' a compaction aid when developing a mix design or submitting a mix design for QPL
evaluation. The use of HMA additives is not part of the process for obtaining approval
' for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard Practice
QC-8 located in the WSDOT Materials Manual M 46-01".
' 5-04.2(1)C Mix Design Resubmittal for QPL Approval
Item number 3 of the first paragraph is revised to read:
3. Changes in modifiers used in the asphalt binder.
5-04.2(2)B Using Warm Mix Asphalt Processes
' This section, including title, is revised to read:
5-04.2(2)B Using HMA Additives
' The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
include organic additives, chemical additives and foaming processes. The use of Additives
' is subject to the following:
• Do not use additives that reduce the mixing temperature in accordance with
Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
• Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process.
'
5-04.3(3)A MixingPlant
In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for AASHTO T
168".
5-04.3(4) Preparation of Existing Paved Surfaces
' The first sentence of the fourth paragraph is revised to read:
Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-1 h,
1 or Performance Graded (PG)asphalt for tack coat.
5-04.3(6) Mixing
' The first paragraph is revised to read:
The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the
amount designated on the QPL for the mix design, into the asphalt binder prior to shipment
' to the asphalt mixing plant.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 13 2019
RFB ver.5-18
1
1
The seventh paragraph is revised to read:
Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed '
the optimum mixing temperature shown on the accepted Mix Design Report by 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 binder storage tanks)
to a temperature higher than the maximum recommended by the manufacturer of the
additive.
5-04.3(7) Spreading and Finishing '
The last row of the table is revised to read:
inch 0.25 feet 0.30 feet '
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
The following new paragraph is inserted after the first paragraph:
The Contracting Agency's combined aggregate bulk specific gravity(Gsb) blend as shown
on the HMA Mix Design will be used for VMA calculations until the Contractor submits a
written request for a Gsb test.The new Gsb will be used in the VMA calculations for HMA
from the date the Engineer receives the written request for a Gsb retest. The Contractor
may request aggregate specific gravity(Gsb)testing be performed by the Contracting
Agency twice per project. The Gsb blend of the combined stockpiles will be used to
calculate voids in mineral aggregate(VMA)of any HMA produced after the new Gsb is
determined.
5-04.3(9)A1 Test Section —When Required, When to Stop
The following new row is inserted after the second row in Table 9: '
VMA Minimum PF;of 0.95 None4
based on the criteria in
Section 5-04.3(9)B42
5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
In Table 9a, the test property"Gradation, Asphalt Binder, and Va" is revised to read "Gradation, I
Asphalt Binder, VMA, and Va"
5-04.3(9)63 Mixture Statistical Evaluation —Acceptance Testing
9
In Table 11, "Va" is revised to read "VMA and Va"
5-04.3(9)B5 Mixture Statistical Evaluation—Composite Pay Factors (CPF)
The following new row is inserted above the last row in Table 12:
Voids in Mineral Aggregate 2
(VMA)
5-04.3(9)B7 Mixture Statistical Evaluation— Retests
The second to last sentence is revised to read:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 14 2019
RFB ver.5-18
1
1
The sample will be tested for a complete gradation analysis, asphalt binder content, VMA
U
and Va, and the results of the retest will be used for the acceptance of the HMA mixture in
place of the original mixture sublot sample test results.
5-04.3(10)C1 HMA Compaction Statistical Evaluation —Lots and Sublots
' The bulleted item in the fourth paragraph is revised to read:
• For a compaction lot in progress with a compaction CPF less than 0.75 using an LSL=
' 91.0, a new compaction lot will begin at the Contractor's request after the Engineer is -
satisfied that material conforming to the Specifications can be produced. See also
Section 5-04.3(11)F.
5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance Testing
In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments
In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T
355".
' The first sentence in the secondara ra h is revised to read:
P 9 p
' For each HMA compaction lot(that is accepted by Statistical Evaluation)which does not
meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay Factor
(CPF).
The last two paragraphs are revised to read:
Determine the Compaction Price Adjustment(CPA)from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above.
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
IUP
When CPF= 1.00 CPA= $0
When CPF< 1.0 CPA= [0.40 x(CPF— 1.00)]x Q x
UP
Where
' CPA= Compaction Price Adjustment for the compaction lot($)
CPF = Composite Pay Factor for the compaction lot(maximum is 1.05)
Q=Quantity in the compaction lot(tons)
UP = Unit price of the HMA in the compaction lot($/ton)
'
5-04.3(13) Surface Smoothness
The second to last paragraph is revised to read:
City of Federal Way RFD#19-001
2019 Asphalt Overlay Project Amendment-Page 15 2019
RFB ver.5-18
1
1
1
When concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall
be such that no surface elevation lies above the Plan grade minus the specified Plan depth ,
of concrete pavement. Prior to placing the concrete pavement, bring any such irregularities
to the required tolerance by grinding or other means allowed by the Engineer.
5-04.5 Payment
The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment for all
costs incurred to perform the Work described in Section 5-04.3(4)A.
5-05.AP5
Section 5-05, Cement Concrete Pavement
August 6, 2018
5-05.1 Description
In the first paragraph, "portland cement concrete" is revised to read "cement concrete".
5-05.2 Materials '
In the first paragraph, the reference to"Portland Cement" is revised to read:
Cement 9-01 1
In the first paragraph, the section reference for Concrete Patching Material is revised to read "9-
20.1". ,
5-05.3(1) Concrete Mix Design for Paving
The table title in item number 4 is revised to read Concrete Batch Weights.
In item 4a, "Portland Cement" is revised to read "Cement".
5-05.3(4) Measuring and Batching Materials '
Item number 2 is revised to read:
2. Batching Materials—On all projects requiring more than 2,500 cubic yards of ,
concrete for paving, the batching plant shall be equipped to proportion aggregates and
cement by weight by means of automatic and interlocked proportioning devices of
accepted type. '
7-05.AP7
Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
August 6, 2018
7-05.3 Construction Requirements
The fourth sentence of the third paragraph is deleted.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 16 2019
RFB ver.5-18
1
1
7-08.AP7
' Section 7-08, General Pipe Installation Requirements
April 2, 2018
' 7-08.3(3) Backfilling
The fifth sentence of the fourth paragraph is revised to read:
111
All compaction shall be in accordance with the Compaction Control Test of Section 2-
03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used.
The following new sentences are inserted after the fifth sentence of the fourth paragraph:
' When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
request to use a test point evaluation for compaction acceptance. Test Point evaluation
shall be performed in accordance with SOP 738.
8-01.AP8
' Section 8-01, Erosion Control and Water Pollution Control
April 2, 2018
8-01.1 Description
IThis section is revised to read:
This Work consists of furnishing, installing, maintaining, removing and disposing of best
' management practices (BMPs), as defined in the Washington Administrative Code(WAC)
173-201A, to manage erosion and water quality in accordance with these Specifications
and as shown in the Plans or as designated by the Engineer.
' The Contracting Agency may have a NationalPollution Discharge Elimination System •
Construction Stormwater General Permit(CSWGP)as identified in the Contract Special
' Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP to
the Contractor when a CSWGP has been obtained. The Contracting Agency may not have
a CSWGP for the project but may have another water quality related permit as identified in
' the Contract Special Provisions or the Contracting Agency may not have water quality
related permits but the project is subject to applicable laws for the Work. Section 8-01
covers all of these conditions.
' 8-01.2 Materials
The first paragraph is revised to read:
tMaterials shall meet the requirements of the following sections:
Corrugated Polyethylene Drain Pipe 9-05.1(6)
Quarry Spalls 9-13
Erosion Control and Roadside Planting 9-14
Construction Geotextile 9-33
111 8-01.3(1) General
This section is revised to read:
City of Federal Way RFB#19-001
' 2019 Asphalt Overlay Project Amendment-Page 17 2019
RFB ver.5-18
1
1
Adaptive management shall be employed throughout the duration of the project for the
implementation of erosion and water pollution control permit requirements for the current
condition of the project site. The adaptive management includes the selection and
utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
implementing maintenance procedures, and other managerial practices that when used
singularly or in combination, prevent or reduce the release of pollutants to waters of the
State. The adaptive management shall use the means and methods identified in this
section and means and methods identified in the Washington State Department of I Transportation's Temporary Erosion and Sediment Control Manual or the Washington State
Department of Ecology's Stormwater Management Manuals for construction stormwater.
The Contractor shall install a high visibility fence along the site preservation lines shown in '
the Plans or as instructed by the Engineer.
Throughout the life of the project, the Contractor shall preserve and protect the delineated
preservation area, acting immediately to repair or restore any fencing damaged or
removed.
All discharges to surface waters shall comply with surface water quality standards as
defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to the
ground shall comply with groundwater quality standards WAC Chapter 173-200.
The Contractor shall comply with the CSWGP when the project is covered by the CSWGP.
Temporary Work, at a minimum, shall include the implementation of:
1. Sediment control measures prior to ground disturbing activities to ensure all
discharges from construction areas receive treatment prior to discharging from the
site.
1
2. Flow control measures to prevent erosive flows from developing.
3. Water management strategies and pollution prevention measures to prevent ,
contamination of waters that will be discharged to surface waters or the ground.
4. Erosion control measures to stabilize erodible earth not being worked. ,
5. Maintenance of BMPs to ensure continued compliant performance.
6. Immediate corrective action if evidence suggests construction activity is not in
compliance. Evidence includes sampling data, olfactory or visual evidence such
as the presence of suspended sediment, turbidity, discoloration, or oil sheen in
discharges.
To the degree possible, the Contractor shall coordinate this temporary Work with
permanent drainage and erosion control Work the Contract requires.
Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
more erodible earth than as listed below:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 18 2019
RFB ver.5-18
1
I
I
Western Washington Eastern Washington
I (West of the Cascade (East of the Cascade
Mountain Crest). Mountain Crest)
May 1 through 17 Acres April 1 through 17 Acres
I September 30 October 31
October 1 November 1
through April 5 Acres through March 5 Abres
30 31
I The Engineer may increase or decrease the limits based onjroect conditions.
p
I Erodible earth is defined as any surface where soils,grindings, or other materials may be
capable of being displaced and transported by rain, wind, or surface water runoff.
I Erodible earth not being worked,whether at final grade or not, shall be covered within the
specified time period (see the table below), using BMPs for erosion control.
I Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
Mountain Crest) Mountain Crest)
October 1 October 1
I
through April 2 days through June 5 days
30 maximum 30 maximum
May 1 to 7 days November 1 10 days
September 30 maximum through March maximum
I When applicable, the Contractor shall be responsible for all Work required for compliance
with the CSWGP including annual permit fees.
I If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
continue to comply with this division during the suspension.
Nothing in this Section shall relieve the Contractor from complying with other Contract
Irequirements.
8-01.3(1)A Submittals
I
This section's content is deleted.
This section is supplemented with the following new subsection:
I8-01.3(1)A1 Temporary Erosion and Sediment Control
A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
and plan sheets that meets the Washington State Department of Ecology's Stomiwater
IPollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC plans
are not required to include plan sheets and are used on small projects that disturb soil and
have the potential to discharge but are not covered by the CSWGP. The contract uses the
I term "TESC plan" to describe both TESC plans and abbreviated TESC plans.When the
Contracting Agency has developed a TESC plan for a Contract, the narrative is included in
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 19 2019
RFB ver.5-18
the appendix to the Special Provisions and the TESC plan sheets,when required, are
included in the Contract Plans. The Contracting Agency TESC plan will not include off-site
areas used to directly support construction activity.
The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC
Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor shall
modify the TESC Plan to meet the Contractor's schedule, method of construction, and to
include off-site areas that will be used to directly support construction activity such as
equipment staging yards, material storage areas, or borrow areas. Contractor TESC Plans
shall include all high visibility fence delineation shown on the Contracting Agency Contract
Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT
Temporary Erosion and Sediment Control Manual M 3109 and be adaptively managed as
needed throughout construction based on site inspections and discharge samples to
maintain compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the TESC work and incorporate it into the Contractor's progress
schedule.
The Contractor shall submit their TESC Plan (either the adopted plan or new plan)and
implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
updated TESC Plans shall be submitted as Type 1 Working Drawings.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
This section is revised to read:
The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of
Training in Construction Site Erosion and Sediment Control from a course approved by the
Washington State Department of Ecology. The ESC Lead must be onsite or on call at all
times throughout construction. The ESC Lead shall be listed on the Emergency Contact I
List required under Section 1-05.13(1).
The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
limited to:
1. Installing, adaptively managing, and maintaining temporary erosion and sediment
control BMPs to assure continued performance of their intended function.
Damaged or inadequate BMPs shall be corrected immediately.
2. Updating the TESC Plan to reflect current field conditions.
3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs)to the
Washington State Department of Ecology in accordance with the CSWGP. '
4. Develop and maintain the Site Log Book as defined in the CSWGP.When the Site
Log Book or portion thereof is electronically developed, the electronic
documentation must be accessible onsite. As a part of the Site Log Book, the
Contractor shall develop and maintain a tracking table to show that identified
TESC compliance issues are fully resolved within 10 calendar days. The table
shall include the date an issue was identified, a description of how it was resolved,
and the date the issue was fully resolved.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 20 2019
RFB ver.5-18
1
•
I
I The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
erosion and sediment control BMPs, and all stormwater discharge points at least once
every calendar week and within 24-hours of runoff events in which stormwater discharges
I from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once
every calendar month. The Washington State Department of Ecology's Erosion and
Sediment Control Site Inspection Form, located at https://ecology.wa.gov/Regulations-
Permits/Permits-certifications/Stormwater-general-permits/Construction-stormwater-permit,
' shall be completed for each inspection and a copy shall be submitted to the Engineer no
later than the end of the next working day following the inspection.
I 8-01.3(1)C Water Management
This section is supplemented with the following new subsections:
I
8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water Mark
(OHWM)
Work over surface waters of the state(defined in WAC 173-201A-010)or below the OHWM
I (defined in RCW 90.58.030) must comply with water quality standards for surface waters of
the state of Washington.
8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
I All equipment containing hydraulic fluid that extends from a bridge deck over surface
waters of the state or below the OHWM, shall be equipped with an environmentally
acceptable hydraulic fluid. The fluid shall meet specific requirements for biodegradability,
I aquatic toxicity, and bioaccumulation in accordance with the United States Environmental
Protection Agency(EPA) publication EPA800-R-11-002. Acceptance shall be in
accordance with Section 1-06.3, Manufacturer's Certification of Compliance.
IThe designation of environmentally acceptable hydraulic fluid does not mean fluid spills are
acceptable. The Contractor shall respond to spills to land or water in accordance with the
Contract.
' Turbidity 8-01.3(1)C7 bi ty Curtain
All Work for the turbidity curtain shall be in accordance with the manufacturer's
I recommendations for the site conditions. Removal procedures shall be developed and used
to minimize silt release and disturbance of silt. The Contractor shall submit a Type 2
Working Drawing, detailing product information, installation and removal procedures,
I
equipment and workforce needs, maintenance plans, and emergency repair/replacement
plans.
Turbidity curtain materials, installation, and maintenance shall be sufficient to comply with
Iwater quality standards.
The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
I
curtain. All components of the turbidity curtain shall be removed from the project.
8-01.3(1)C1 Disposal of Dewatering Water
IThis section is revised to read:
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 21 2019
RFB ver.5-18
1
1
When uncontaminated groundwater is encountered in an excavation on a project it may be
infiltrated within vegetated areas of the right of way not designated as Sensitive Areas or
incorporated into an existing stormwater conveyance system at a rate that will not cause
erosion or flooding in any receiving surface water.
Alternatively, the Contractor may pursue independent disposal and treatment alternatives '
that do not use the stormwater conveyance system provided it is in compliance with the
applicable WACs and permits.
8-01.3(1)C2 Process Wastewater
This section is revised to read:
Wastewater generated on-site as a byproduct of a construction process shall not be ,
discharged to surface waters of the State. Some sources of process wastewater may be
infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
sources of process wastewater may be disposed via independent disposal and treatment
alternatives in compliance with the applicable WACs and permits.
8-01.3(1)C4 Management of Off-Site Water
This section is revised to read:
Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site surface
water and overland flow that will run-on to the project. Off-site surface water run-on shall be
diverted through or around the project in a way that does not introduce construction related
pollution. It shall be diverted to its preconstruction discharge location in a manner that does
not increase preconstruction flow rate and velocity and protects contiguous properties and
waterways from erosion. The Contractor shall submit a Type 2 Working Drawing consisting
of the method for performing this Work.
8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
In the table, the second column heading is revised to read:
Eastern Washington'
(East of the Cascade Mountain Crest)
Footnote 1 in the table is revised to read:
Seeding may be allowed outside these dates when allowed or directed by the Engineer.
8-01.3(5) Plastic Covering
The first sentence of the first paragraph is revised to read: '
Erosion Control—Plastic coverings used to temporarily cover stockpiled materials, slopes
or bare soils shall be installed and maintained in a way that prevents water from intruding
under the plastic and prevents the plastic cover from being damaged by wind. '
8-01.3(7) Stabilized.Construction Entrance
The first paragraph is revised to read: '
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 22 2019
RFB ver.5-18
1
I
Temporary stabilized construction entrance shall be constructed in accordance with the
I Standard Plans, prior to construction vehicles entering the roadway from locations that
generate sediment track out on the roadway. Material used for stabilized construction
entrance shall be free of extraneous materials that may cause or contribute to track out.
8-01.3(8) Street Cleaning
This section is revised to read:
' Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
debris from the Roadway. The street sweeper shall effectively collect these materials and
prevent them from being washed or blown off the Roadway or into waters of the State.
I Street sweepers shall not generate fugitive dust and shall be designed and operated in
compliance with applicable air quality standards. Material collected by the street sweeper
shall be disposed of in accordance with Section 2-03.3(7)C.
IWhen allowed by the Engineer, power broom sweepers may be used in non-
environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris from
the roadway into the work area. The swept material shall be prevented from entering or
Iwashing into waters of the.State.
Street washing with water will require the concurrence of the Engineer.
I8-01.3(12) Compost Socks
The first two sentences of the first paragraph are revised to read:
ICompost socks are used to disperse flow and sediment. Compost socks shall be installed
as soon as construction will allow but before flow conditions create erosive flows or
I discharges from the site. Compost socks shall be installed prior to any mulching or compost
placement
8-01.3(13) Temporary Curb
IThe second to last sentence of the second paragraph is revised to read:
Temporary curbs shall be a minimum of 4 inches in height.
1 8-01.3(15) Maintenance
This section is revised to read:
IErosion and sediment control BMPs shall be maintained or adaptively managed as required
by the CSWGP until the Engineer determines they are no longer needed. When
I deficiencies in functional performance are identified,the deficiencies shall be rectified
immediately.
The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage
Iand sediment deposits. Damage to or undercutting of BMPs shall be repaired immediately.
In areas where the Contractor's activities have compromised the erosion control functions
I of the existing grasses, the Contractor shall overseed at no additional cost to the
Contracting Agency.
City of Federal Way RFB#19-001
I
2019 Asphalt Overlay Project Amendment-Page 23 2019
RFB ver.5-18
1
1
The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
maintain voids between the spalls for collecting mud and dirt.
Unless otherwise specified, when the depth of accumulated sediment and debris reaches
approximately%the height of the BMP the deposits shall be removed. Debris or '
contaminated sediment shall be disposed of in accordance with Section 2-03.3(7)C. Clean
sediments may be stabilized on-site using BMPs as allowed by the Engineer.
8-01.3(16) Removal '
This section is revised to read:
The Contractor shall remove all temporary BMPs, all associated hardware and associated '
accumulated sediment deposition from the project limits prior to Physical Completion
unless otherwise allowed by the Engineer. When the temporary BMP materials are made of
natural plant fibers unaltered by synthetic materials the Engineer may allow leaving the
BMP in place.
The Contractor shall remove BMPs and associated hardware in a way that minimizes soil
disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after
removal of BMPs. If the installation and use of the erosion control BMPs have compacted
or otherwise rendered the soil inhospitable to plant growth, such as construction entrances,
the Contractor shall take measures to rehabilitate the soil to facilitate plant growth. This
mayinclude, but is not limited to, rippingthe soil, incorporatingsoil amendments, or
seeding with the specified seed.
At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may
be transferred back to the Contracting Agency. Approval of the Transfer of Coverage
request will require the following: '
1. All other Work required for Contract Completion has been completed.
2. All Work required for compliance with the CSWGP has been completed to the I
maximum extent possible. This includes removal of BMPs that are no longer
needed and the site has undergone all Stabilization identified for meeting the
requirements of Final Stabilization in the CSWGP.
3. An Equitable Adjustment change order for the cost of Work that has not been
completed by the Contractor. '
4. Submittal of the Washington State Department of Ecology Transfer of Coverage
form (Ecology form ECY 020-87a)to the Engineer. '
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 Termination
form to the Washington State Department of Ecology will not apply.
8-01.4 Measurement
This section's content is deleted and replaced with the following new subsections: '
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment-Page 24 2019
RFB ver.5-18
1
8-01.4(1) Lump Sum Bid for Project(No Unit Items)
' When the Bid Proposal contains the item "Erosion Control and Water Pollution Prevention"
there will be no measurement of unit or force account items for Work 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 deleted.
' 8-01.4(2) Item Bids
When the Proposal does not contain the items "Erosion Control and Water Pollution
' Prevention", Section 8-01.4(1)and 8-01.5(1)are deleted and the Bid Proposal will contain
some or all of the following items measured as noted.
' ESC lead will be measured per day for each day that an inspection is made and a
report is filed.
Biodegradable erosion control blanket and plastic covering will be measured by the
' square yard along the ground slope line of surface area covered and accepted.
Turbidity curtains will be measured by the linear foot along the ground line of the
installed curtain.
Check dams will be measured per linear foot one time only along the ground line of the
' completed check dam. No additional measurement will be made for check dams that
are required to be rehabilitated or replaced due to wear.
' Stabilized construction entrances will be measured by the square yard by ground slope
measurement for each entrance constructed.
Tire wash facilities will be measured per each for each tire wash installed.
Street cleaning will be measured by the hour for the actual time spent cleaning
pavement, refilling with water, dumping and transport to and from cleaning locations
' within the project limits, as authorized by the Engineer. Time to mobilize the equipment
to or from the project limits on which street cleaning is required will not be measured.
Inlet protections will be measured per each for each initial installation at a
drainage structure.
Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
' the linear foot along the ground line of the completed barrier.
Wattles and compost socks will be measured by the linear foot.
' Temporary curbs will be measured by the linear foot along the ground line of the
completed installation.
' Temporary pipe slope drains will be measured by the linear foot along the flow line of
the pipe.
Coir logs will be measured by the linear foot along the ground line of the completed
installation.
City of Federal Way RFB#19-001
' 2019 Asphalt Overlay Project Amendment-Page 25 2019
RFB ver.5-18
1 .
1
1
Outlet protections will be measured per each initial installation at an outlet location. ,
Tackifiers will be measure by the acre by ground slope measurement.
8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution '
Prevention
The Contract Provisions may establish the project as lump sum, in accordance with Section
8-01.4(1)and also include one or more of the items included above in Section 8-01.4(2).
When that occurs, the corresponding measurement provision in Section 8-01.4(2) is not
deleted and the Work under that item will be measured as specified.
8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution '
Prevention
Compost blanket will be measured by the square yard by ground slope surface area
covered and accepted. '
Mulching will be measured by the acre by ground slope surface area covered and
accepted.
Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by ground
slope measurement. ,
Seeding and fertilizing by hand will be measured by the square yard by ground slope
measurement. No adjustment in area size will be made for the vegetation free zone around
each plant.
Fencing will be measured by the linear foot along the ground line of the completed fence.
8-01.5 Payment '
This section's content is deleted and replaced with the following new subsections:
8-01.5(1) Lump Sum Bid for Project(No Unit Items)
Payment will be made for the following Bid item when it is included in the Proposal:
"Erosion Control and Water Pollution Prevention", lump sum. 1
The lump sum Contract price for"Erosion Control and Water Pollution Prevention"
shall be full pay to perform the Work as described in Section 8-01 except for costs
compensated by Bid Proposal items inserted through Contract Provisions as described
in Section 8-01.4(2). Progress payments for the lump sum item "Erosion Control and
Water Pollution Prevention"will be made as follows: ,
1. The Contracting Agency will pay 15 percent of the bid amount for the initial
set up for the item. Initial set up includes the following: ,
a. Acceptance of the TESC Plan provided by the Contracting Agency or
submittal of a new TESC Plan,
b. Submittal a sche le for the installation '
ofdu o of the BMPs, and
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 26 2019
RFB ver.5-18
1
c. Identifying water quality sampling locations.
2. 70 percent of the bid amount will be paid in accordance with Section 1-09.9.
3. Once the project is physically complete and copies of the all reports
submitted to the Washington State Department of Ecology have been
submitted to the Engineer, and, if applicable, transference of the CSWGP
back to the Contracting Agency is complete, the remaining 15 percent of the
bid amount shall be paid in accordance with Section 1-09.9.
I 8-01.5(2) Item Bids
"ESC Lead", per day.
"Turbidity Curtain", per linear foot.
'
"Biodegradable Erosion Control Blanket", per squareyard.
9
"Plastic Covering", per square yard.
"Check Dam", per linear foot.
' "Inlet Protection", per each.
"Gravel Filter Berm", per linear foot.
"Stabilized Construction Entrance", psquare yard.
' "Street Cleaning", per hour.
"Silt Fence", per linear foot.
"Wood Chip Berm", per linear foot.
"Compost Berm", per linear foot.
"Wattle", per linear foot.
I "Compost Sock", per linear foot.
"Coir Log", per linear foot.
"Temporary Curb", per linear foot.
"Temporary,Pipe Slope Drain", per linear foot.
"Temporary Seeding", per acre.
' "Outlet Protection", per each.
City of Federal Way RFB#19-001
' 2019 Asphalt Overlay.Project Amendment-Page 27 2019
RFB ver.5-18
1
1
"Tackifier", per acre.
"Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. '
Maintenance and removal of erosion and water pollution control devices including removal
and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities,
and any additional Work deemed necessary by the Engineer to control erosion and water
pollution will be paid by force account in accordance with Section 1-09.6.
To provide a common Proposal for all Bidders, the Contracting Agency has entered an '
amount in the Proposal to become a part of the Contractor's total Bid.
8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution '
Prevention
The Contract may establish the project as lump sum, in accordance with Section 8-01.4(1)
and also reinstate the measurement of one or more of the items described in Section 8-
01.4(2), except for Erosion/Water Pollution Control, by force account. When that occurs,
the corresponding payment provision in Section 8-01.5(2) is not deleted and the Work
under that item will be paid as specified. '
8-02.AP8
Section 8-02, Roadside Restoration
January 2, 2018
8-02.2 Materials
The reference to the material "Soil" is revised to read "Topsoil".
8-02.5 Payment
The following new paragraph is inserted following the Bid item "Plant Selection", per each: I
The unit Contract price for"Plant Selection ", per each shall be full pay for all Work to
perform the work as specified within the planting area prior to planting for weed control, '
planting area preparation and installation of plants with initial watering.
The paragraph following the Bid item "PSIPE", per each is revised to read: '
The unit Contract price for"PSIPE ", per each, shall be full pay for all Work to perform
the work as specified within the planting area for weed control and planting area
preparation, planting, cleanup, and water necessary to complete planting operations as
specified to the end of first year plant establishment.
8-04.AP8 '
Section 8-04, Curbs, Gutters, and Spillways
April 2, 2018
8-04.2 Materials
In the first paragraph, the reference to"Portland Cement" is revised to read:
Cement 9-01
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 28 2019
RFB ver.5-18
1
1
I
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
The first paragraph is supplemented with the following:
' Roundabout truck apron cement concrete curb and gutter shall be constructed with air
entrained concrete Class 4000 conforming to the requirements of Section 6-02.
8-06.AP8
' Section 8-06, Cement Concrete Driveway Entrances
April 2, 2018
' 8-06.2 Materials
In the first paragraph, the reference to"Portland Cement" is revised to read:
' Cement 9-01
8-06.3 Construction Requirements
' The first paragraph is revised to read:
Cement concrete driveway approaches shall be constructed with air entrained concrete
' Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or Blended
Hydraulic Cement Concrete Pavement conforming to the requirements of Section 5-05.
8-07.AP8
' Section 8-07, Precast Traffic Curb
April 2, 2018
' 8-07.3(1) Installing Curbs
The first sentence of the first paragraph is revised to read:
' The curb shall be firmly bedded for its entire length and breadth on a mortar bed
conforming to Section 9-20.4(3) composed of one part Portland cement or blended
hydraulic cement and two parts sand.
' The fourth paragraph is revised to read:
All joints between adjacent pieces of curb except joints for expansion and/or drainage as
' designated by the Engineer shall be filled with mortar composed of one part Portland
cement or blended hydraulic cement and two parts sand.
' 8-11.AP8
Section 8-11, Guardrail
August 6, 2018
' 8-11.3(1)C Terminal and Anchor Installation
The first paragraph is revised to read:
' City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 29 2019
RFB ver.5-18
1
All excavation and backfilling required for installation of anchors shall be performed in
accordance with Section 2-09, except that the costs thereof shall be included in the unit
Contract price for the anchor installed.
The first sentence of the second to last paragraph is revised to read:
Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail
shall be supervised at all times by a manufacturer's representative, or an installer who has
been trained and certified by the manufacturer.
The last paragraph is revised to read:
Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test and '
evaluation criteria in the Manual for Assessing Safety Hardware (MASH).
8-11.4 Measurement
The third paragraph is revised to read:
Measurement of beam guardrail terminal will be per each for the completed terminal. '
The fourth paragraph is revised to read:
Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot for
the completed terminal.
The sixth paragraph is revised to read: '
Measurement of beam guardrail anchor Type 10 will be per each for the completed anchor,
including the attachment of the anchor to the guardrail '
8-11.5 Payment
The Bid item "Beam Guardrail Anchor Type ", per each is revised to read "Beam Guardrail ,
Anchor Type 10", per each.
The Bid item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this section.
The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following
paragraph are revised to read: i
"Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal Type 2" '
shall be full payment for all costs to obtain and provide materials and perform the Work as
described in Section 8-11.3(1)C.
1
1
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment-Page 30 2019
RFB ver.5-18
8-14.AP8
' Section 8-14, Cement Concrete Sidewalks
April 2, 2018
' 8-142 Materials
In the first paragraph, the reference to"Portland Cement" is revised to read:
Cement 9-01
' In the second paragraph, each reference to"Federal Standard 595" is revised to read "SAE
AMS Standard 595".
8-16.AP8
Section 8-16, Concrete Slope Protection
' April 2, 2018
8-16.2 Materials
' 1n the first paragraph, the last two material references are revised to read:
Poured Portland Cement or Blended Hydraulic Cement
Concrete Slope Protection 9-13.5(2)
' Pneumatically Placed Portland Cement or Blended
Hydraulic Cement Concrete Slope Protection 9-13.5(3)
8-17.AP8
Section 8-17, Impact Attenuator Systems
August 6, 2018
I8-17.3 Construction Requirements
This section is supplemented with the following:
' Impact attenuators shall meet the crash test and evaluation criteria of NCHRP 350 or the
Manual for Assessing Safety Hardware (MASH).
' 8-20.AP8
Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
Systems, and Electrical
August 6, 2018
8-20.1(1) Regulations and Code
' The last paragraph is revised to read:
Persons performing electrical Work shall be certified in accordance with and supervised as
required by RCW 19.28.161. Proof of certification shall be worn at all times in accordance
with WAC 296-46B-942. Persons failing to meet these certification requirements may not
perform any electrical work, and shall stop any active electrical work, until their certification
is provided and worn in accordance with this Section.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 31 2019
RFB ver.5-18
1
8-20.2(2) Equipment List and Drawings
This section is renumbered: '
8-20.2(1) Equipment List and Drawings
8-20.3(4) Foundations
The second sentence of the first paragraph is revised to read:
Concrete for Type II, Ill, IV, V, and CCTV signal standards and light standard foundations '
shall be Class 4000P and does not require air entrainment.
8-20.3(5)A General
The last two sentences of the last paragraph is deleted.
This section is supplemented with the following: '
All conduits shall include a pull tape with the equipment grounding conductor. The pull tape
shall be attached to the conduit near the end bell or grounded end bushing, or to duct plugs
or caps if present, at both ends of the conduit.
8-20.3(8) Wiring
The seventeenth paragraph is supplemented with the following:
Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be used.
8-20.3(14)C Induction Loop Vehicle Detectors
Item number 2 is deleted.
Item numbers 3 through 12 are renumbered to 2 through 11, respectively. '
8-21.AP8
Section 8-21, Permanent Signing
January 2, 2018
8-21.3(9)F Foundations
Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
Class 4000P concrete for roadside sign structures does not require air entrainment. '
9-02.AP9
Section 9-02, Bituminous Materials
April 2, 2018
9-02.1 Asphalt Material, General
The second paragraph is revised to read:
The Asphalt Supplier of Performance Graded (PG)asphalt binder and emulsified asphalt
shall have a Quality Control Plan (QCP)in accordance with WSDOT QC 2 "Standard
Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts".
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 32 2019
RFB ver.5-18
1
The Asphalt Supplier's QCP shall be submitted and receive the acceptance of the WSDOT
State Materials Laboratory. Once accepted, any change to the QCP will require a new QCP
to be submitted for acceptance. The Asphalt Supplier of PG asphalt binder and emulsified
asphalt shall certify through the Bill of Lading that the PG asphalt binder or emulsified
asphalt meets the Specification requirements of the Contract.
'
9-02.1(4) Performance Graded Asphalt Binder(PGAB)
This section's title is revised to read:
I Performance Graded (PG)Asphalt Binder
( )
' The first paragraph is revised to read:
PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
' specified in the Contract shall be used in the production of HMA. For HMA with greater than
20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt binder,
recycling agent and recovered asphalt(RAP and/or RAS)when blended in the proportions
of the mix design shall meet the PG asphalt binder requirements of AASHTO M 332 Table
1 for the grade of asphalt binder specified by the Contract.
The second paragraph, including the table, is revised to read:
IIn addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders shall
meet the following requirements:
I
Additional Requirements by
Performance Grade SPG)Asphalt Binders
I p Test PG58S- PG58H- PG58V PG64H- PG64V
Pro a Method 22 22 22 PG64S•28 28 28
RTFO
Residue:
' Average AASHTO
Percent T 350' 30%Min. 20%Min. 25%Min. 30%Min.
Recovery
@ 3.2
kPa
1Specimen conditioned in accordance with AASHTO T 240-RTFO.
IThe third paragraph is revised to read:
The RTFO J„rd;ff and the PAV direct tension specifications of AASHTO M 332 are not
II! required.
This section is supplemented with the following:
IIf the asphalt binder verification sample test results fail to meet AASHTO Test Method T
350 "Standard Method of Test for Multiple Stress Creep Recovery(MSCR)Test of Asphalt
' Binder Using a Dynamic Shear Rheometer(DSR)"for average percent recovery @ 3.2 kPa
for the applicable grades of binder in accordance with Section 9-02.1(4), the Contracting
City of Federal Way RFB#19-001
111
2019 Asphalt Overlay Project Amendment-Page 33 2019
RFB ver.5-18
1
1
Agency may elect to test the sample using AASHTO Test Method T 301 "Standard Method
of Test for Elastic Recovery Test of Asphalt Materials by Means of a Ductilometer."
When AASHTO T 301 is used, a minimum of 65% elastic recovery(ER)will be required
when tested at 25°C±0.5°C.
9-02.1(6) Cationic Emulsified Asphalt
This section is revised to read:
Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
grades specified in the Contract shall be used.
9-02.5 Warm Mix Asphalt(WMA) Additive
This section, including title, is revised to read:
9-02.5 HMA Additive '
Additives for HMA shall be accepted by the Engineer.
9-03.AP9
Section 9-03, Aggregates
October 30, 2018
9-03.1 Aggregates for Portland Cement Concrete
This section's title is revised to read:
Aggregates for Concrete
9-03.1(1) General Requirements
The first two sentences of the first paragraph are revised to read:
Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in
accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if it
complies with the specifications for concrete.
The second paragraph (up until the colon) is revised to read:
Aggregates for concrete shall meet the following test requirements:
The second sentence of the second to last paragraph is revised to read:
The Contractor shall submit test results according to ASTM C1567 through the Engineer to
the State Materials Laboratory that demonstrate that the proposed fly ash when used with
the proposed aggregates and cement will control the potential expansion to 0.20 percent
or less before the fly ash and aggregate sources may be used in concrete.
9-03.1(2) Fine Aggregate for Portland Cement Concrete
This section's title is revised to read:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 34 2019
RFB ver.5-18
1
Fine Aggregate for Concrete
' 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
This section's title is revised to read:
' Coarse Aggregate for Concrete
9-03.1(4)C Grading
' The first paragraph (up until the colon) is revised to read:
Coarse aggregate for concrete when separated by means of laboratory sieves shall
' conform to one or more of the following gradings as called for elsewhere in these
Specifications, Special Provisions, or in the Plans:
' 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
This section's title is revised to read:
Combined Aggregate Gradation for Concrete
9-03.1(5)B Grading
In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read "FOP
for WAQTC/AASHTO T 27/T 11".
9-03.2 Aggregate for Job-Mixed Portland Cement Mortar
' This section's title is revised to read:
Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar
' The first sentence of the first paragraph is revised to read:
Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
sand or other inert materials, or combinations thereof, accepted by the Engineer, having
hard, strong, durable particles free from adherent coating.
' 9-03.4(1) General Requirements
The first paragraph (up until the colon) is revised to read:
' Aggregate for bituminous surface treatment shall be manufactured from ledge rock, talus,
or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface Treatment
shall meet the following test requirements:
' 9-03.8(1) General Requirements
The first paragraph(up until the colon) is revised to read:
IAggregates for Hot Mix Asphalt shall meet the following test requirements:
9-03.8(2) HMA Test Requirements
The two tables in the second paragraph are replaced with the following three tables:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 35 2019
RFB ver.5-18
1
I
I
HMA Class
Mix Criteria a/8 inch %inch %inch 1 inch
I
Min. Max. Min. Max. Min. Max. Min. Max.
Voids in Mineral 15.0 14.0 13.0 12.0
Aggregate(VMA),% _ I Voids Filled With Asphalt(VFA),%
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
I
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
Test Method ESAL's(millions) Number of Passes I
Hamburg Wheel-Track Testing, FOP for <0.3 10,000
AASHTO T 324 Minimum Number of I Passes with no Stripping Inflection Point 0.3 to<3 12,500
and Maximum Rut Depth of 10mm z 3 15,000
Indirect Tensile(IDT)Strength(psi)of Bituminous Materials FOP for ASTM D6931 175 Maximum I
ESAL's(millions)_ N initial N design N maximum
I
<0.3 591.5 96.0 598.0
%Gmm 0.3 to<3 590.5 96.0 598.0
a 3 5 89.0 96.0 s 98.0
Gyratory Compaction <0.3 6 50 75
I
0.3 to<3 7 75 115
(number of gyrations)
>3 8 100 160
9-03.8(7) HMA Tolerances and Adjustments I
In the table in item number 1, the fifth row is revised to read:
Asphalt binder -0.4% to 0.5% ±0.7%
In the table in item number 1, the following new row is inserted before the last row:
I
Voids in Mineral -1.5%
Aggregate, VMA
I
9-03.9(1) Ballast
The second paragraph (up until the colon)is revised to read:
Aggregates for ballast shall meet the following test requirements: I
9-03.14(4) Gravel Borrow for Structural Earth Wall
I
The second sentence of the first paragraph is revised to read:
The material shall be substantially free of shale or other soft, poor durability particles, and
I
shall not contain recycled materials, such as glass, shredded tires,concrete rubble, or
asphaltic concrete rubble.
City of Federal Way RFB#19-001
I
2019 Asphalt Overlay Project Amendment-Page 36 2019
RFB ver.5-18
I
1
1
' 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance
This section is supplemented with the following new subsection:
9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance
Recycled concrete aggregate may be approved through a three tiered system that consists
of the following:
Tier 1
Approval Requirements Approval of the Reclamation Facility is not
required.
' Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1).
Field acceptance testing in accordance with
' Section 3-04.
Approved to provide the following Aggregate Materials:
9-03.10 Aggregate for Gravel Base
' 9-03.12(1)B Gravel Backfill for Foundations Class B
9-03.12(2) Gravel Backfill for Walls
9-03.12(3) Gravel Backfill for Pipe Zone Bedding
9-03.14(1) Gravel Borrow
9-03.14(2) Select Borrow
9-03.14(2) Select Borrow(greater than 3 feet below subgrade and side slope)
9-03.14(3) Common Borrow
' 9-03.14(3) Common Borrow(greater than 3 feet below subgrade and side slope)
9-03.17 Foundation Material Class A and Class B
9-03.18 Foundation Material Class C
' 9-03.19 Bank Run Gravel for Trench Backfill
Tier 2
' Approval Requirements The Reclamation Facility shall have a Quality
Control Plan (QCP)in accordance with
WSDOT QC 9 "Standard Practice for Approval
of Reclamation Facilities of WSDOT Recycled
' Concrete and Returned Concrete". The
Reclamation Facility's QCP shall be submitted
and approved by the WSDOT State Materials
' Laboratory. Once accepted, any changes to
the QCP will require a new QCP to be
submitted for acceptance.
Evaluation of aggregate source properties (LA
Wear and Degradation)for the recycled
concrete aggregate is not required.
' Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1), required if
requested.
Field acceptance testing in accordance with
I Section 3-04 is required.
Provide certification in accordance with
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 37 2019
RFB ver.5-18
1
WSDOT QC 9 for every lot. A lot shall be no
larger than 10,000 tons.
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A '
Tier 3
Approval Requirements The Reclamation Facility shall have a Quality
Control Plan (QCP) in accordance with
WSDOT QC 10"Standard Practice for
Approval of Reclamation Facilities of Recycled
Concrete Aggregates from Stockpiles of
Unknown Sources". The Reclamation
Facility's QCP shall be submitted and
approved by the WSDOT State Materials
rat
Labo o . Once accepted,Laboratory. p any
changes to
9
the QCP will require a new QCP to be
submitted for acceptance.
Evaluation of aggregate source properties (LA
Wear and Degradation)for the recycled
concrete aggregate is required.
Acceptance Requirements Certification of toxicity characteristics in
accordance with Section 9-03.21(1) is
required.
Field acceptance testing in accordance with
Section 3-04 is required.
Provide certification in accordance with
WSDOT QC 10 for every lot. A lot shall be no
larger than 10,000 tons
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials ,
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of recycled '
concrete aggregate will be in accordance with Section 9-03.21(1), and acceptance will be in
accordance with Section 3-04.
E Allowablepercent Table on Maximum pe cent(By Weight) of Recycled
Material
"Portland Cement" is deleted from the first two rows in the table.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 38 2019
RFB ver.5-18
1
The first column of the third row is revised to read:
Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
9-04.AP9
' Section 9-04, Joint and Crack Sealing Materials
April 2, 2018
' 9-04.1(2) Premolded Joint Filler for Expansion Joints
In this section, each reference to"AASHTO T 42" is revised to read "ASTM D 545".
' 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
This section is supplemented with the following:
' Hot poured sealant for cement concrete pavement is acceptable for installations in joints
where cement concrete pavement abuts a bituminous pavement.
' 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
This section is supplemented with the following:
Hot poured sealant for bituminous pavement is acceptable for installations in joints where
cement concrete pavement abuts a bituminous pavement.
9-04.2(1)B Sand Slurry for Bituminous Pavement
Item number 2 of the first paragraph is revised to read:
2. Two percent portland cement or blended hydraulic cement, and
9-04.3 Joint Mortar
The first paragraph is revised to read:
' Mortar for hand mortared joints shall conform to Section 9-20.4(3)and consist of one part
portland cement or blended hydraulic cement, three parts fine sand, and sufficient water to
allow proper workability.
' 9-06.AP9
Section 9-06, Structural Steel and Related Materials
' August 6, 2018
9-06.5 Bolts
This section's title is revised to read:
Bolts and Rods
' 9-06.5(4) Anchor Bolts
This section, including title, is revised to read:
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 39 2019
RFB ver.5-18
1
1 .
1
9-06.5(4) Anchor Bolts and Anchor Rods
Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements
S2, S3, and S4.
Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to '
ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts
and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, Grade
2H, and shall conform to the overtapping, lubrication, and rotational testing requirements in
Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or galvanized anchor bolts
and anchor rods shall conform to ASTM A563, Grade A or DH. Washers shall conform to
ASTM F436. '
The bolts and rods shall be tested by the manufacturer in accordance with the
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 project site.
The Contractor shall submit to the Engineer for acceptance a Manufacturer's Certificate of
Compliance for the anchor bolts, anchor rods, nuts, and washers, as defined in Section 1-
06.3. If the Engineer deems it appropriate, the Contractor shall provide a sample of the '
anchor bolt, anchor rod, nut, and washer for testing.
All bolts, rods, nuts, and washers shall be marked and identified as required in the pertinent I
Specification.
9-06.17 Vacant
This section, including title, is revised to read:
9-06.17 Noise Barrier Wall Access Door
Access door frames shall be formed of 14-gauge steel to the size and dimensions shown in I
the Plans. The access door frame head and jamb members shall be mitered, securely
welded, and ground smooth. Each head shall have two anchors and each jamb shall have
three anchors. The hinges shall be reinforced with %-inch by 12-inch plate, width equal to '
the full inside width of the frame.
Access doors shall be full flush 1%-inch thick seamless doors with a polystyrene core.
Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-rolled
steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating Designation
AZ55 minimum. The vertical edges shall be neat interlocked hemmed edge seam. The top
and bottom of the door shall be enclosed with 14-gauge channels. Mortise and
reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap shall be
ground and filled for exterior applications. The bottom channel shall have weep holes.
Each access door shall have three hinges. Access door hinges shall be ASTM A 276 Type
316 stainless steel, 4-'/z-inches square, with stainless steel ball bearing and non-removable
pins.
Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type
316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length.
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment-Page 40 2019
RFB ver.5-18
1
1
I
The door assembly shall be fabricated and assembled as a complete unit including all
hardware specified prior to shipment.
9-08.AP9
Section 9-08, Paints and Related Materials
' January 2, 2018
9-08.1(2)K Orange Equipment Enamel
' In the second sentence of the first paragraph, the reference to "Federal Standard 595" is revised
to read "SAE AMS Standard 595".
' 9-08.1(8) Standard Colors
In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
' 9-13.AP9
Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and
t Scour Protection and Rock Walls
April 2, 2018
9-13.1(1) General
The last paragraph is revised to read:
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 requirements:
9-13.5 Concrete Slope Protection
' This section is revised to read:
Concrete slope protection shall consist of reinforced portland cement or blended hydraulic
' cement concrete poured or pneumatically placed upon the slope with a rustication joint
pattern or semi-open concrete masonry units placed upon the slope closely adjoining each
other.
' 9-13.5(2) Poured Portland Cement Concrete Slope Protection
This section's title is revised to read:
' Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection
9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
This section's title is revised to read:
Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete Slope
' Protection
The first paragraph is revised to read:
' Cement—This material shall be portland cement or blended hydraulic cement as specified
in Section 9-01.
' City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 41 2019
RFB ver.5-18
I
1
9-13.7(1) Rock for Rock Walls and Chinking Material
The first paragraph (up until the colon) is revised to read:
Rock for rock walls and chinking material shall be hard, sound and durable material,
free from seams, cracks, and other defects tending to destroy its resistance to weather,
and shall meet the following test requirements:
9-14.AP9 '
Section 9-14, Erosion Control and Roadside Planting
August 6, 2018
9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
In Table 1, the last four rows are deleted.
9-14.4(2)A Long-Term Mulch '
The first paragraph is supplemented with the following:
Products containing cellulose fiber produced from paper or paper components will not be 1
accepted.
Table 2 is supplemented with the following new rows: ,
Water Holding Capacity ASTM D 7367 800 percent minimum
Organic Matter Content AASHTO T 267 90 percent minimum
Seed Germination ASTM D 7322 Long Term
Enhancement 420 percent minimum
9-14.4(2)B Moderate-Term Mulch
This section is revised to read: '
Within 48 hours of application, the Moderate-Term Mulch shall bond with the soil surface to
create a continuous, absorbent,flexible, erosion-resistant blanket. Moderate-Term Mulch
shall effectively perform the intended erosion control function in accordance with Section 8-
01.3(1)for a minimum of 3 months, or until temporary vegetation has been established,
whichever comes first.
Moderate-Term Mulch shall not be used in conjunction with permanent seeding.
9-14.4(2)C Short-Term Mulch
This section is revised to read:
Short-Term Mulch shall effectively perform the intended erosion control function in
accordance with Section 8-01.3(1)for a minimum of 2 months, or until temporary
vegetation has been established, whichever comes first. Short-Term Mulch shall not be
used in conjunction with permanent seeding.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 42 2019
RFB ver.5-18
1
1
1
9-16.AP9
' Section 9-16, Fence and Guardrail
August 6, 2018
9-16.3(1) Rail Element
' The last sentence of the first paragraph is revised to read:
All rail elements shall be formed from 12-gage steel except for thrie beam reducer sections,
' reduced length thrie beam rail elements, thrie beams used for bridge rail retrofits, and
Design F end sections, which shall be formed from 10-gage steel.
' 9-16.3(5) Anchors
The last paragraph is revised to read:
' Cement grout shall conform to Section 9-20.3(4)and consist of one part portland cement or
blended hydraulic cement and two parts sand.
' 9-18.AP9
Section 9-18, Precast Traffic Curb
April 2, 2018
' 9-18.1(1) Aggregates and Proportioning
Item number 1 of the first paragraph is revised to read:
1. Portland cement or blended hydraulic cement shall conform to the requirements of
Section 9-01 except that it may be Type I portland cement conforming to AASHTO M
85.
' 9-20.AP9
Section 9-20, Concrete Patching Material, Grout, and Mortar
' August 6, 2018
9-20.1 Patching Material
This section, including title, is revised to read:
9-20.1 Patching Material for Cement Concrete Pavement
Concrete patching material shall be prepackaged mortar extended with aggregate. The
' amount of aggregate for extension shall conform to the manufacturer's recommendation.
Patching mortar and patching mortar extended with aggregate shall contain cementitious
' material and conform to Sections 9-20.1(1) and 9-20.1(2). The Manufacturer shall use the
services of a laboratory that has an equipment calibration verification system and a
technician training and evaluation process in accordance with AASHTO R 18 to perform all
' tests specified in Section 9-20.1.
9-20.1(1) Patching Mortar
' Patching mortar shall conform to the following requirements:
Compressive Strength ASTM Test Method Specification
' City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 43 2019
RFB ver.5-18
1
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 Iblyd3 maximum
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 lb/ft2 maximum
cycles of freezing and 928,Section 9.4)
thawing)
9-20.1(2) Patching Mortar Extended with Aggregate
Patching mortar extended with aggregate shall meet the following requirements:
Compressive Strength ASTM Test Method Specification '
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
Bond Strength
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
cycles of freezing and
thawing)
Freeze thaw C 666 Maximum expansion 0.10%
Minimum durability 90.0% '
9-20.1(3) Aggregate
Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4)and
be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall be
submitted showing the aggregate source and the gradation. Mitigation for Alkali Silica
Reaction (ASR)will not be required for the extender aggregate used for concrete
patching material.
9-20.1(4) Water
Water shall meet the requirements of Section 9-25.1.The quantity of water shall be ,
within the limits recommended by the repair material manufacturer.
9-20.2 Specifications
This section, including title, is revised to read:
9-20.2 Patching Material for Concrete Structure Repair I Concrete patching material shall be a prepackaged mixture of Portland or blended hydraulic
cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace slag and
microsilica fume may be used. The concrete patching material may be shrinkage
compensated. The concrete patching material shall also meet the following requirements: '
City of Federal Way RFB# 19-001
2019 Asphalt Overlay Project Amendment-Page 44 2019
RFB ver.5-18
1
I
• Compressive strength of 6000 psi or higher at 28 days in accordance with
II AASHTO T 22(ASTM C 39), unless noted otherwise
• Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM C
1583 or ICRI 210.3R
' • Shrinkage shall be 0.05 percent(500 microstrain)or lower at 28 days in
accordance with AASHTO T 160(ASTM C 157)as modified by ICRI 320.3R
• Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
AASHTO T 277 (ASTM C 1202)
' • Freeze-thaw resistance shall have a durability factor of 90 percent or higher after
a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A(ASTM
C 666)
' • Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied
' 9-20.2(1) Patching Mortar
This section, including title, is deleted in its entirety.
0 9-20.2(2) Patching Mortar Extended with Aggregate
This section, including title, is deleted in its entirety.
9-21.AP9
Section 9-21, Raised Pavement Markers (RPM)
January 2, 2018
' 9-21.2 Raised Pavement Markers Type 2
This section's content is deleted.
9-21.2(1) Physical Properties
This section, including title, is revised to read:
' 9-21.2(1) Standard Raised Pavement Markers Type 2
The marker housing shall contain reflective faces as shown in the Plans to reflect incident
light from either a single or opposite directions and meet the requirements of ASTM D 4280
' including Flexural strength requirements.
9-21.2(2) Optical Requirements
I
This section, including title, is revised to read:
9-21.2(2) Abrasion Resistant Raised Markers Type 2
Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1)and meet
' the requirements of ASTM D 4280 with the following additional requirement: The coefficient
of luminous intensity of the markers shall be measured after subjecting the entire lens
surface to the test described in ASTM D 4280 Section 9.5 using a sand drop apparatus.
After the exposure described above, retroreflected values shall not be less than 0.5 times a
nominal unblemished sample.
I City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 45 2019
RFB ver.5-18
1
9-21.2(3) Strength Requirements
This section is deleted in its entirety.
9-26.AP9
Section 9-26, Epoxy Resins
April 2, 2018
9-26.1(2) Packaging and Marking '
The second paragraph is revised to read:
Containers shall be identified as"Component A" (contains the Epoxy Resin)and
"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
permanent marking with the name of the formulator, the lot or batch number, the date of
packaging, expiration date and the quantity contained in pounds or gallons. If the two
containers are furnished in a single cartridge, that cartridge shall be marked by permanent
marking to the cartridge with the name of the formulator and the lots or batch numbers for
both Component A and Component B, the date of packaging, expiration date, and the
quantity contained in ounces or milliliters.
9-28.AP9
Section 9-28, Signing Materials and Fabrication
April 2, 2018
9-28.10 Vacant '
This section, including title, is revised to read:
9-28.10 Digital Printing '
Transparent and opaque durable inks used in digital printed sign messages shall be as
recommended by the manufacturer.When properly applied, digital printed colors shall have
a warranty life of the base retroreflective sign sheeting. Digital applied colors shall present
a smooth surface,free from foreign material, and all messages and borders shall be clear
and sharp. Digital printed signs shall conform to 70% of the retroreflective minimum values
established for its type and color. Digitally printed signs shall meet the daytime color and
luminance, and nighttime color requirements of ASTM D 4956. No variations in color or
overlapping of colors will be permitted. Digital printed permanent traffic signs shall have an
integrated engineered match component clear protective overlay recommended by the
sheeting manufacturer applied to the entire face of the sign. On Temporary
construction/maintenance signs printed with black ink only, the protective overlay film is
optional, as long as the finished sign has a warranty of a minimum of three years from sign
sheeting manufacturer.
All digital printed traffic control signs shall be an integrated engineered match component
system.The integrated engineered match component system shall consist of retroreflective
sheeting, durable ink(s), and clear overlay film all from the same manufacturer applied to
aluminum substrate conforming to Section 9-28.8.
1
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 46 2019
RFB ver.5-18
I
I
The sign fabricator shall use an approved integrated engineered match component system
I as listed on the Qualified Products List(QPL). Each approved digital printer shall only use
the compatible retroreflective sign sheeting manufacturer's engineered match component
system products.
IEach retroreflective sign sheeting manufacturer/integrated engineered match component
system listed on the QPL shall certify a department approved sign fabricator is approved to
operate their compatible digital printer. The sign fabricator shall re-certify annually with the
retroreflective sign manufacturer to ensure their digital printer is still meeting manufacturer's
specifications for traffic control signs. Documentation of each re-certification shall be
submitted to the QPL Engineer annually.
I9-28.11 Hardware
The last paragraph is revised to read:
IAll steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
related connecting hardware shall be galvanized in accordance with ASTM F 2329.
9-29.AP9
Section 9-29, Illumination, Signal, Electrical
August 6, 2018
I9-29.1 Conduit, Innerduct, and Outerduct
This section is supplemented with the following new subsection:
I9-29.1(10) Pull Tape
Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a minimum
I width of/2-inch and a minimum tensile strength of 500 pounds. Pull tape may have
measurement marks.
9-29.2(1) Junction Boxes
I .
The first paragraph is revised to read:
For the purposes of this.Specification concrete is defined as portland cement or blended
Ihydraulic cement concrete and non-concrete is all others.
9-29.2(1)A2 Non-Concrete Junction Boxes
IThe first paragraph is revised to read:
Material for the non-concrete junction boxes shall be of a quality that will provide for a
I similar life expectancy as portland cement or blended hydraulic cement concrete in a direct
burial application.
I 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
Slip Resistant Lid ASTM A36 steel
IFrame ASTM A36 steel
Slip Resistant Frame ASTM A36 steel
City of Federal Way RFB#19-001
I
2019 Asphalt Overlay Project Amendment-Page 47 2019
RFB ver.5-18
I
1
1
9-29.6 Light and Signal Standards
In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
Item number 2 of the last paragraph is revised to read:
2. The steel light and signal standard fabricator's shopdrawingsubmittal, including
9 9
supporting design calculations, submitted as a Type 2E Working Drawing in
accordance with Section 8-20.2(1)and the Special Provisions. '
9-29.6(1) Steel Light and Signal Standards
In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329". ,
The first sentence of the last paragraph is revised to read:
Steel used for light and signal standards shall have a controlled silicon content of either '
0.00 to 0.06 percent or 0.15 to 0.25 percent.
9-29.6(5) Foundation Hardware
In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
9-29.12 Electrical Splice Materials ,
This section is supplemented with the following new subsections:
9-29.12(3) Splice Enclosures
9-29.12(3)A Heat Shrink Splice Enclosure
Heat shrink splice enclosures shall be medium or heavy wall cross-linked polyolefin,
meeting the requirements of AMS-DTL-23053/15, with thermoplastic adhesive sealant. I Heat shrink splices used for"wye" connections require rubber electrical mastic tape.
9-29.12(3)B Molded Splice Enclosure
Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
material used shall be compatible with the insulation material of the insulated
conductor or cable. The component materials of the resin insulation shall be packaged
ready for convenient mixing without removing from the package. ,
9-29.12(4) Re-Enterable Splice Enclosure
Re-enterable splice enclosures shall use either dielectric grease or a flexible resin
contained in a two-piece plastic mold. The mold shall either snap together or use stainless
steel hose clamps.
9-29.12(5) Vinyl Electrical Tape for Splices '
Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I-24391 C.
9-29.12(1) Illumination Circuit Splices '
This section is revised to read:
Underground illumination circuit splices shall be solderless crimped connections capable of
securely joining the wires, both mechanically and electrically, as defined in Section 8-
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 48 2019
RFB ver.5-18
1
20.3(8). Aerial illumination splices shall be solderless crimp connectors or split bolt vice-
type connectors.
9-29.12(1)A Heat Shrink Splice Enclosure
' This section is deleted in its entirety.
9-29.12(1)B Molded-Splice Enclosure
This section is deleted in its entirety.
'
9-29.12(2) Traffic Signal Splice Material
This section is revised to read:
' Induction loop splices and magnetometer splices shall use an uninsulated barrel-type
crimped connector capable of being soldered.
I9-29.16(2)E Painting Signal Heads
In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
' 9-29.17 Signal Head Mounting Brackets and Fittings
In the first paragraph, item number 2 under Stainless Steel is revised to read:
' 2. Bands or cables for Type N mount.
9-29.20 Pedestrian Signals
' In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
' 9-29.24 Service Cabinets
The third sentence of item number 6 is revised to read:
' The dead front cover shall have cutouts for the entire breaker array, with blank covers
where no circuit breakers are installed.
Item number 8 is revised to read:
' 8. Lighting contactors shall meet the requirements of Section 9-29.24(2).
9 9 q
' The last sentence of item number 10 is revised to read:
Dead front panels shall prevent access to any exposed, live components, and shall cover
all equipment except for circuit breakers (including blank covers), the photocell test/bypass
switch, and the GFCI receptacle.
' 9-29.24(2) Electrical Circuit Breakers and Contactors
This section is revised to read:
All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity
' described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at 240
or 277 volts, as applicable, with an interrupting capacity of not less than 10,000 amperes.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 49 2019
RFB ver.5-18
1
1
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. ,
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 volt circuits
shall be rated at 240 volts maximum line to line voltage, or 277 volts maximum line to
neutral voltage, as applicable. Contactors for 480 volt circuits shall be rated at 480 volt
maximum line to line voltage.
9-34.AP9
Section 9-34, Pavement Marking Material
January 2, 2018 '
9-34.2(2) Color
Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595". '
9-34.2(5) Low VOC Waterborne Paint
The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
The heading "High-Build Waterborne Paint" is supplemented with "Type 4".
The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". '
In the row beginning with "° @90°F", each minimum value is revised to read "60".
In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is revised I .
to read "3".
The last four rows are replaced with the following: '
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
Film Formation 28053
Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel*
Test Deck Durability6 ASTM D913 e0%paint retention in
wheel track*
Mud Cracking (See note 7) No Cracks No Cracks
After the preceding Amendments are applied, the following new column is inserted after the
"Standard Waterborne Paint Type 1 and 2" column:
Semi-Durable Waterborne Paint Type 3
White Yellow
Min. Max. Min. Max.
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 50 2019
RFB ver.5-18
1
1
Within±0.3 of qualification sample
80 95 80 95
60 60
77 77
65 65
43 43
'
3 1.25
3 1.25
0.98 0.96
88 50
' 100° 100°
9.5 9.5
10 10
' 100%acrylic emulsion
@ 5 cycles show no coagulation or
change in viscosity greater than±10 KU
±10 KU' from the initial viscosity No Cracks
Pass at 0.25 in mandrel
X70%paint retention in wheel track
No Cracks
The footnotes are supplemented with the following:
' 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
Section 3.1.1.
' 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
hours. A cylindrical mandrel apparatus(in accordance with ASTM D522 method B)shall be
' put in a 40°F refrigerator when the paint is drawn down. After.24 hours, the aluminum
panel with dry paint shall be put in the 40°F refrigerator with the mandrel 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 show no evidence of
cracking, chipping or flaking when bent 180 degrees over a mandrel bar of specified
diameter.
6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
minimum of six months with the following additional requirements: it shall be applied at 15
wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 ADT and
' which was applied during the months of September through November.
'Paint is applied to an approximately 4"x12"aluminum panel using a drawdown bar with a
' 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH and
72±5 °F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
' 9-34.3 Plastic
In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE AMS
Standard 595".
City of Federal Way .RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 51 2019
RFB ver.5-18
1
1
9-34.3(2) Type B— Pre-Formed Fused Thermoplastic
In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
AMS Standard 595".
9-34.7(1) Requirements ,
The first paragraph is revised to read:
Field performance evaluation is required for low VOC solvent-based paint per Section 9- '
34.2(4), Type A—liquid hot applied thermoplastic per Section 9-34.3(1), Type B—
preformed fused thermoplastic per Section 9-34.3(2), Type C-cold applied preformed tape
per Section 9-34.3(3), and Type D—liquid applied methyl methacrylate per Section 9-
34.3(4).
The last paragraph is deleted. '
9-34.7(1)C Auto No-Track Time
The first paragraph is revised to read:
Auto No-Track Time will only be required for low VOC solvent-based paint in accordance
with Section 9-34.2(4).
The second and third sentences of the second paragraph are deleted.
1
1
1
City of Federal Way RFB#19-001
2019 Asphalt Overlay Project Amendment-Page 52 2019
RFB ver.5-18
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 effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
' (April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
' Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
' •• WSDOT Standard Plans
City of Federal Way Public Works Development Standards
• National Electric Code, current edition
' • King County Road Standards - 2007
Contractor shall obtain copies of these publications, at Contractor's own expense.
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-1 RFB#19-001
CFW SPECIAL PROVISIONS VER. 2018.12
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK '
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 2019 Asphalt Overlay Project Improvements
and other work, all in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications.
Supplement this Section with the following:
SCHEDULE Al — 1st Ave S
1st Ave S From SW 363rd PI To S 361st PI
SCHEDULE A2 — 1st Ave S
1st Ave S From S 361st PI To S 356th St
SCHEDLE B— S 336th S
S 336th St From 10th PI S To 18th Ave S
SCHEDULE C — 1st Ave S
1st Ave S From SW 312th St To SW 301st St
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-2 RFB#19-001
CFW SPECIAL PROVISIONS VER. 2018.12
' The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
' Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
' by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
' The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
t All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
All references to the terms "State" or "state" shall be revised to read "Contracting
' Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
' Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
' Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
' Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
' to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
' Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
' Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
' Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for"Contract."
' CITY OF FEDERAL WAY
2019 SP-3 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal. '
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on
which the Contract time begins.
Traffic '
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Preaualification 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") 5 Furnished automatically upon award.
Contract Provisions 5 Furnished automatically upon award.
Large Plans(e.g., 22"x 34") 2 Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans, Specifications, and Site Work '
(June 27, 2011 APWA GSP)
1-02.4(1) General '
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-4 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' (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 appendix to the Special Provisions, shall be considered as part of
' the Contract.
1-02.5 Proposal Forms
(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
UBDE/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)
' Section 1-02.6 is supplemented the second paragraph with the following:
The City Of Federal Way invites bids on the form enclosed to be submitted at such time and
place as is stated in the Call for Bids.
ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN AND
ALL PRICES MUST BE STATED IN LEGIBLE FIGURES.
' Bids or proposals shall be addressed as follows:
Purchasing Office
City of Federal Way
' 33325 8th Avenue South
Federal Way, WA 98003-6325
' The envelope shall be plainly marked "2019 Asphalt Overlay Project".
' CITY OF FEDERAL WAY
2019 SP-5 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as '
above.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the
Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. '
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last two paragraphs and replace them with the following:
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
The 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. A 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.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president(or other corporate officer accompanied by evidence of authority to sign). '
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if any
UDBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any UDBE requirements are to be satisfied through such an
agreement.
(August 3, 2015 WSDOT GSP, OPTION 21)
Section 1-02.6 is supplemented with the following:
Cumulative Alternates Bidding
The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as
part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of
the Alternate(s).
Bid Proposal
Bid Proposal includes the following:
1. Base Bid '
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-6 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
•
The Schedules B and C shall include constructing all items included in the
Proposal except those items contained in the Alternate(s).
2. Alternate(s)
a. Alternate Al
Based on construction of Schedule Al
' The Bid items for Alternate Al are as listed in the Bid Proposal.
b. Alternate A2
' Based on construction Schedule A2
The Bid items for Alternate A2 are as listed in the Bid Proposal.
Bidding Procedures
To be considered responsive the Bidder shall submit a price on each and every
Bid item included in the Base Bid and all Alternate(s).
Successful Bidder will be the Bidder submitting the lowest responsible Bid for the
t highest order Preference that is within the amount of available funds for the
project. Available funds will be announced immediately prior to the opening of
Bids. The following are listed in order from highest to lowest Preference:
' 1. Preference 1: Lowest total for Base Bid plus Alternate Al plus Alternate
A2.
' 2. Preference 2: Lowest total for Base Bid plus Alternate A2.
3. Preference 3: Lowest total for Base Bid plus Alternative Al.
' 4. Preference 4: Lowest total for Base Bid
' The Contracting Agency may, at their discretion, award a Contract for the Base
Bid, without any additional Alternates, in the event that all Bids exceed the
available funds announced. In any case, the award will be subject to the
' requirements of Section 1-03.
1-02.7 Bid Deposit
' (March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
I1. 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
'
5. awarded;
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;
' CITY OF FEDERAL WAY
2019 SP-7 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
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 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 '
These documents, if applicable, shall be received either with the Bid Proposal or as a
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 envelope labeled the same as for the Proposal, with "Supplemental Information"
added. All other information required to be submitted with the Bid Proposal must be
submitted with the Bid Proposal itself, at the time stated in the Call for Bids. ,
The Contracting Agency will not open or consider any Bid Proposal that is received after
the time specified in the Call for Bids for receipt of Bid Proposals, or received in a I
location other 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 the Call for Bids.
1-02.10 Withdrawing. Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-8 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
I 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
I supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
I Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
I1-02.13 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 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,
I d. alternate Bids, or conditions;
The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
I 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;
I 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
I 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;
I 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
Ithe same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
Ib. 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;
I CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-9 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
d. A member of a joint venture or partnershipand the venture or partnership
jointp p
submit Proposals for the same project(in such an instance, both Bids maybe
p
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
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.
1. Delinquent State Taxes 1
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder 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
111
approved by the Department of Revenue, to the Contracting Agency by the
deadline listed below.
2. Federal Debarment '
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government. '
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub-tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020. '
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-10 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
I
' Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
' 4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
' prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
I 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 .
• Name of project
• The owner and contact information for the owner;
I • A list of claims filed against the retainage and/or payment bond for any of.
the projects listed;
• A written explanation of the circumstances surrounding each claim and
Ithe ultimate resolution of the claim.
5. Public Bidding Crime
Criterion: The Bidder and/or its owners shall not have been convicted of a
IA.
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
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 and/or its owners have not been convicted of a crime involving
Ibidding on a public works contract.
6. Termination for Cause/Termination for Default
Criterion: The Bidder shall not have had any public works contract terminated
IA.
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.
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
I 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. .
I7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
Ipattern of failing to meet the terms of contracts, unless there are extenuating
I
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-11 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall '
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal date, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate these
explanations to determine whether the lawsuits demonstrate a pattern of
failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient 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. The Contracting Agency also reserves the right to obtain
information from third-parties and independent sources of information concerning a
Bidder's compliance with the mandatory and supplemental criteria, and to use that
information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental '
criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency
which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders '
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-12 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Responsibility Criteria may make or submit requests to the Contracting Agency to modify
the criteria. Such requests shall be in writing, describe the nature of the concerns, and
propose specific modifications to the criteria. Bidders shall submit such requests to the
Contracting Agency no later than five (5) business days prior to the bid submittal
deadline and address the request to the Project Engineer or such other person
designated by the Contracting Agency in the Bid Documents.
1-02.15 Pre-Award Information
(August 14, 2013 APWA GSP)
' Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
' 1. A complete statement of the origin, composition, and manufacture of any
or all materials to be used,
2. Samples of these materials for quality and fitness tests,
' 3. A progress schedule (in a form the Contracting Agency requires) showing
the order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
' 5. Attendance at a conference with the Engineer or representatives of the
Engineer,
' 6. Obtain, and furnish a copy of, a business license to do business in the
city or county where the work is located.
' 7. Any other information or action taken that is deemed necessary to ensure
that the bidder is the lowest responsible bidder.
' 1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
' Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
' exists between the price per unit and the extended amount of any bid item, the price per
unit will control. If a minimum bid amount has been established for any item and the
bidder's unit or lump sum price is less than the minimum specified amount, the
' Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and/or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
' 1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
' After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-13 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
highest percentage of recycled materials in the Project, per the form submitted with the
Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful" The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest proposed recycled materials amount,are eligible to draw.
1-03.3 Execution of Contract '
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractor will be determined by the
Contracting Agency. '
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency-prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre-award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s)for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s)shall:
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety(or sureties)that:
a. Is registered with the Washington State Insurance Commissioner,
and
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
• 2019 SP-14 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
Ib. Appears on the current Authorized Insurance List in the State of
Washingtonthe publishedContractor bywill theperform Officeand of thecomply Insurwithanceall
'
Commissioner,
3. Guarantee that
obligations, duties, and conditions under the Contract, including but not
I 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:
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
I b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
I other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
' incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
I6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
I 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:
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
I 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
I
venue and jurisdiction.
1-04 SCOPE OF THE WORK
I1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(March 13, 2012 APWA GSP)
IRevise 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,
I
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-15 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
2. Proposal Form,
3. Special Provisions,
4. Contract Plans, ,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
In case of discrepancies, the document(s) assigned the smaller number(s) shall govern over
items having larger numbers. Units of measurement in the Bid Schedule shall govern over units
of measurement in the Specifications and Provisions. In the Plans or drawings, correctly
calculated dimensions shall govern over scaled or approximately stated dimensions. In case of
any ambiguity or dispute over interpretation of the provisions of the Contract Documents, the
decision of the Engineer shall be final. '
1-05 CONTROL OF WORK
1-05.4 Conformity With and Deviations from Plans and Stakes
(April 2, 2018, WSDOT GSP, OPTION 4)
Section 1-05.4 is supplemented with the following:
Supplement this section with the following:
Roadway and Utility Surveys
(July 23, 2015 APWA GSP, Option 1)
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and
measurements the Engineer deems necessary for completion of the work. These shall
generally consist of one initial set of:
1. Slope stakes for establishing grading;
2. Curb grade stakes;
3. Centerline finish grade stakes for pavement sections wider than 25 feet; and '
4. Offset points to establish line and grade for underground utilities such as water, sewers,
and storm drains.
On alley construction projects with minor grade changes, the Engineer shall provide only 1
offset hubs on one side of the alley to establish the alignment and grade.
1-05.5 Construction Stakes '
(November 29, 2018')
Intent - It is the intent of this section to define the staking services that the Owner will furnish,
and to set forth the responsibilities of the Contractor respecting the use and maintenance of
same. '
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-16 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
Scope - The Owner will furnish the stakes and reference marks for the construction of the
improvements covered by this contract. No stakes other than those enumerated at the end of
' this section will be furnished, except as requested in writing by the Contractor and paid for by
him. This applies to all re-staking for whatever reason, as well as for additional staking which
the Contractor may request.
' Notification - The Contractor shall keep the Engineer informed in advance as to when and
where the Contractor intends to work, thus enabling the Engineer to set the engineering control
points, lines, and grades with a minimum of delay and interference. The Contractor shall notify
' the Engineer at least forty-eight(48) hours in advance of the date when specific staking services
are desired and shall stipulate at that time the particular stakes or marks required, giving the
specific location and/or limiting stations, kind of stakes, offsets, and other pertinent information.
' Delays by reason of lack of stakes are deemed a risk to the Contractor and shall not be the
basis for claims for additional compensation.
Control Stakes - Stakes which constitute reference points for all construction work will be
' conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of
the Contractor to inform its employees and his subcontractors of their importance, and the
necessity for their preservation. The cost of replacing such controls, should it become
' necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a
control stake is required by the construction operations of the Contractor or its subcontractors,
advance notice of at least forty-eight (48) hours shall be given to the Engineer, who will
' reference and remove said stake or stakes at no cost to the Contractor.
Checking Service - Should occasion arise where the validity of a stake is questioned, either as
to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon,
' the Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall
be the Contractor's responsibility to examine the stakes before commencing operations. Any
stakes found to be in error will be reset. There will be no charge to the Contractor for this
' service; and it is understood and agreed that the Owner will not be charged for any standby or
"down"time as a result of such checking and/or resetting procedure.
' Staking Services - The Owner will furnish the following stakes and reference marks as
applicable:
1. Handicapped Ramps - Locations and limits of removal shall be established for removal
and replacement of curb ramp.
' 2. Limits of overlay- Locations and limits of the asphalt overlay will be established.
' 3. Pavement Repair- Location and limits of pavement repair areas will be established.
4. Sidewalk, Curb and Gutter- Locations and limits of removal shall be established.
' 1-05.7 Removal of Defective and Unauthorized Work
(October 1, 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.
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-17 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
I
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section. ,
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or damages
with respect to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing '
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor
shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date. The Contractor's request shall list the specific items of work that
remain to be completed in order to reach physical completion. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of
completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The '
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-18 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
I 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.
I1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
I 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
I 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
I process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
•
I 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
ISection 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
Ihereunder.
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
IContractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
I 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
I conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
I • class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing
Iand corrections have been completed to the satisfaction of the Engineer.
I CITY OF FEDERAL WAY
2019 SP-19 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance '
Add the following new section.
1-05.12(1) One-Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's
notice. In case of an emergency, where damage may result from delay or where
loss of services may result, such corrections may be made by the Contracting
Agency's own forces or another contractor, In which case the cost of corrections
shall be paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished
and the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
1-05.12 (2) Maintenance Periods
(January 19, 2016 ******)
On non-FHWA projects, when the work involves such items as machinery or other
mechanical equipment, either furnished or installed by the Contractor or, furnished by
the Owner and installed by the Contractor; buildings; or work which may otherwise be ,
of such a nature that it is desirable by the Owner to have the Contractor maintain and/or
test the work for a period of time after final inspection by the Engineer, the following
shall apply.
It is the intent of the Owner to have at final acceptance, a complete and operable
system. Therefore, such items of work as may be listed in the Contract documents shall
be fully tested under operating conditions to ensure their acceptability prior to final
acceptance. The Contractor shall, upon completion of the work and following final
inspection, operate the complete system under the observation of the Engineer for a
test period of no less than fourteen (14) consecutive calendar days. During and
following this test period, the Contractor shall correct any items of workmanship,
materials, or equipment which prove faulty, or that are not in first-class operating 111condition. All equipment, electrical controls, meters and other devices to be tested
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-20 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
during this period will be tested under the supervision of the Engineer so as to
determine their suitability for the purpose for which they were installed. All costs for
power, gas, labor material, supplies and incidentals, shall be borne by the Contractor
' unless specifically set for otherwise in the Contract Documents.
When such periods are desired by the Owner, such periods shall not affect any
manufacturer's guarantees or warranties furnished to the Owner under the terms of the
Contract.
' The Contractor's attention is called to Section 1-05.18 of these Special Provisions.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
' (March 13, 1995 WSDOT GSP, OPTION 1)
Section 1-05.14 is supplemented with the following:
Other Contracts or Other Work
' It is anticipated that the following work adjacent to or within the limits of this project will
be performed by others during the course of this project and will require coordination of
the work:
' 1. Puget Sound Energy Company
2. CenturyLink Communications
3. AT&T Telephone Company
' 4. Comcast Cable Communications
5. Lakehaven Utility District
6. City of Tacoma Public Utilities
7. Midway Sewer District
' 8. Highline Water District
9. City of Federal Way Surface Water Management Division
10. City of Federal Way Traffic Division
11. King County Public Works Department
12. Washington State Department of Transportation
' The Contractor shall adjust catch basins and storm manholes to grade. The Contractor shall be
responsible for coordinating his work with the Owner to accommodate this work.
1-05.14(A) Notifications Relative to Contractor's Activities
I
(City of Federal Way)
)
' Section 1-05.14(A) is supplemented with the following:
Notification shall be written, with a copy delivered to the Engineer within a minimum of one
week prior to the commencement of work.
' City of Federal Way South King Fire & Rescue
Police Department 31617 1st Ave S
I 33325 8th Avenue South Federal Way, WA 98003
Federal Way, WA 98003-6325 Telephone: 253-946-7253
CITY OF FEDERAL WAY
2019 SP-21 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Telephone: 253-835-6701 I
King County Metro Federal Way School District
I
1270 6th Avenue South, Bldg. 2 Transportation Department
MS:QS 1211 South 332nd Street
Seattle, WA 98134 Federal Way, WA 98003
Construction.coord@kingcounty.gov Attn: Michelle Turner
I
Telephone: 253-945-5965
mturner fwps.orq
Puget Sound Energy (Gas) CenturyLink Communications I
6905 South 228th St 23315 66th Ave S
Kent, WA 98032 Kent, WA 98032
I
Attn: Glenn Helton Attn: Leslie Fergusen
Telephone: 425-559-4647 Telephone: 206-345-3488
Puget Sound Energy(Power) Comcast Cable Communications I
14103 8th Street East 410 Valley Ave NW, Suite 12-C
Sumner, WA 98390 Puyallup, WA 98371 I Attn: Dennis Booth Attn: Bill Walker
Telephone: 253-606-4787 Telephone: 206-255-6975
Lakehaven Water&Sewer District AT&T Cable Maintenance I
31623 1st Ave S 11241 Willow Road NE, Suite 130
Federal Way, WA 98003 Redmond, WA 98052
I
Attn: Wes Hill Attn: Dan McGeough
Telephone: 253-946-5440 Telephone: 425-896-9830
King County Traffic Operations Pierce Transit
I
155 Monroe Avenue NE 3701 96th Street SW
Renton, WA 98056 Lakewood, WA 98499
Attn: Mark Parrett Attn: Barbara Strong-Nelson
I
Telephone: 206-296-8153 Telephone: 253-405-4433
bnelson@piercetransit.orq
1
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
I
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
I
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or I electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
I
1-05.16 Water and Power
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-22 RFB#19-001 I
CFW SPECIAL PROVISIONS VER.2018.12
I
I (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
Ipower and water as a pay item.
1-05.19 Defects Arising in One Year and Remedies
I
(April 12, 2018 CFW GSP)
Section 1-05.19 is a new section:
The Contractor shall be responsible for correcting all defects in workmanship and
I material within one year after acceptance of this work by the City of Federal Way. When
corrections of defects are made, the Contractor shall be responsible for correcting all
defects in workmanship and/or materials in the corrected work for one year after
acceptance of the corrections by the Owner. The Contractor shall start work to remedy
Isuch defects within seven (7) calendar days of mailing notice of discovery thereof by the
Owner and shall complete such work within a reasonable time. In emergencies, where
damage may result from delay or where loss of services may result, such corrections
I may be made by the Owner, in which case the cost shall be borne by the Contractor. in
the event the Contractor does not accomplish corrections at the time specified, the work
will be otherwise accomplished and the cost of same shall be paid by the Contractor.
I These actions will be pursuant to the provisions of Section 1-05.8 of the Standard
Specifications.
I The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in
making emergency repairs and cost of engineering, inspection and supervision by the
I Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all
claims which may be made against the Owner as a result of any defective work, and the
Contractor shall defend any such claims at his own expense.
I
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
III
I the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing
or liability, expressed or implied, arising out of a written agreement.
I1-06 CONTROL OF MATERIAL
1-06.2(2) Statistical Evaluation of Materials for Acceptance
IDelete this section in its entirety.
1-06.6 Recycled Materials
I (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
I 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
I 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
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
I ' 2019 SP-23 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
1
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on-site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350-075 Recycled Materials
Reporting. '
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed '
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and '
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973(WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP, OPTION 3)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on-site workers ,
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 30 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-24 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
shall communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
' All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
' 1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
' 1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
' sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit Bid prices or other
' Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2)describes this exception.
' The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract-related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
' Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
' 1-07.2(1) State Sales Tax—Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
' and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
' Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
' 1-07.2(2) State Sales Tax—Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
' electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
' CITY OF FEDERAL WAY
2019 SP-25 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit Bid
item prices, or in any other Contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project.
Such sales taxes shall be included in the unit Bid item prices or in any other
Contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.5 Environmental Regulations
Section 1-07.5 is supplemented with the following:
(September 20, 2010, WSDOT GSP, OPTION 1)
Environmental Commitments
The following Provisions summarize the requirements, in addition to those required
elsewhere in the Contract, imposed upon the Contracting Agency by the various
documents referenced in the Special Provision Permits and Licenses. Throughout the
work, the Contractor shall comply with the following requirements: '
(August 3, 2009 WSDOT GSP, OPTION 1(V))
The intentional bypass of stormwater from all or any portion of a stormwater treatment
system is prohibited without the approval of the Engineer.
(August 3, 2009, WSDOT GSP, OPTION 2)
•Payment ,
All costs to comply with this special provision for the environmental commitments and
requirements are incidental to the contract and are the responsibility of the Contractor.
The Contractor shall include all related costs in the associated bid prices of the contract.
In addition to the requirements of Section 1-07.5 of the Standard Specifications, the Contractor
shall comply with all applicable Federal, State, County and City environmental provisions of law
including, but not limited to, the following:
City of Federal Way: Zoning Code and Noise Ordinance ,
King County: Ordinance No. 1488
Resolution No. 18801
Resolution No. 25789
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-26 RFB#19-001
' CFW SPECIAL PROVISIONS VER.2018.12
1
1
1
Puget Sound Air Pollution Control Agency: Regulation No. 1
Resolution No. 194
' The above environmentalrovisions are incorporated into this contract bythis
p p
reference as if set forth herein in full. Copies of the City of Federal Way Provisions are
available for perusal at the Public Works Department.
The Contractor shall be liable for the payment of all fines and penalties resulting from failure
' to comply with the federal, state, and local pollution control regulations.
1-07.6 Permits and Licenses
' (April 12, 2018 CFW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
' In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained on the DNR Public Land Survey Office website. The permit application must be
' stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7 Load Limits
' (March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9 Wages
1-07.9(1) General
(January 5, 2018 WSDOT GSP, OPTION 1)
' Section 1-07.9(1)is supplemented with the following:
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
' WA180001.
The State rates incorporated in this contract are applicable to all construction
activities associated with this contract.
' (April 2, 2007 WSDOT GSP, OPTION 4)
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:
1
' CITY OF FEDERAL WAY
2019 SP-27 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Landscape Construction, which includes several different occupation descriptions '
such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power
Equipment Operators, and Landscaping or Planting Laborers.
In addition, federal wage rates that are included in this contract may also include occupation
descriptions in Federal Occupational groups for work also specifically identified with
landscaping such as: '
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding
Operator.
If Federal wage rates include one or more rates specified as applicable to landscaping work,
then Federal wage rates for all occupation descriptions, specific or general, must be
considered and compared with corresponding State wage rates. The higher wage rate,
either State or Federal, becomes the minimum wage rate for the work performed in that
occupation.
Contractors are responsible for determining the appropriate crafts necessary to perform the
contract work. If a classification considered necessary for performance of the work is
missing from the Federal Wage Determination applicable to the contract, the Contractor
shall initiate a request for approval of a proposed wage and benefit rate. The Contractor
shall prepare and submit Standard Form 1444, Request for Authorization of Additional
Classification and Wage Rate available at http://www.wdol.gov/docs/sf1444.pdf, and submit
the completed form to the Engineer's office. The presence of a classification wage on the
Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the
use of form 1444 for the purpose of determining a federal classification wage rate.
1-07.16 Protection and Restoration of Property
1-07.16(1) Private/Public Property
Section 1-07.16(1) is supplemented with the following:
The Contractor shall protect private or public property on or in the vicinity of the
work site. The Contractor shall ensure that it is not removed, damaged,
destroyed, or prevented from being used unless the contract so specifies.
The Contractor shall not trespass upon private property and shall be responsible
for all injury or damage to persons or property, directly or indirectly, resulting '
from his operations in completing this Work. The Contractor shall comply with
the laws and regulations of the Owner, County, and State and Federal
governments, relating to the safety of persons and property, and will be held
responsible for and required to make good any injury or damage to persons or
property caused by carelessness or neglect on the part of the Contractor or
subcontractor(s), or any agent or employee of either during the progress of the
Work and until its final acceptance.
Property includes land, utilities, trees, landscaping, improvements legally on the
right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-28 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
water lines, signs, and other property of all description whether shown in the
Plans or not.
If the Engineer requests in writing, or if otherwise necessary, the Contractor shall
at its expense install protection, acceptable to the Engineer, for property such as
that listed in the previous paragraph. The Contractor is responsible for locating
all property that is subject to damage by his operation.
If the Contractor (or its agents/employees) damage, destroy, or interfere with
the use of such property, the Contractor shall restore it to original condition at
the Contractor's expense. He shall also halt any interference with the property's
use. The Engineer may have such property restored by other means and
subtract the cost from money that will be or is due the Contractor if it refuses or
does not respond immediately.
The Contractor shall restore to a condition equal to the original condition
improvements such as pavements, driveways, gravel shoulders, ditches, culverts,
curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic
signs, traffic signal loops, landscaping, public and private utilities etc., which are
damaged or removed (and not indicated to be removed) during construction,
whether shown in the plans or not.
All existing survey monuments and property corner markers shall be protected
from movement by the Contractor. All existing markers and/or monuments that
must be removed for construction purposes are to be referenced by survey ties
I and then replaced by a professional land surveyor registered in the State of
Washington. All existing property corner markers disturbed or removed by the
Contractor's operations which, in the opinion of the Engineer, were not required
to be removed for construction purposes shall be replaced at the Contractor's
own expense by a Professional Land Surveyor registered in the State of
Washington. Any of these monuments damaged must be reset to second order,
first class specifications.
Sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to ensure satisfactory operation upon completion
of the improvements. This work will include, but not be limited to, cutting and
capping existing pipe, relocating existing risers and sprinkler heads new pipe
heads and connections, and testing of the system. All work shall be done in
conformance to acceptable standards. This will be per force account.
The Contractor shall contact the owners of any ditches, irrigation lines and
appurtenances which interfere with the Work. The Contractor shall be liable for
any damage due to irrigation facilities damaged by his operations and shall repair
such damaged facilities to an "equal or better than" original condition.
1-07.16(2) Vegetation Protection and Restoration
Delete the fourth paragraph and replace it with the following:
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
' 2019 SP-29 RFB#19-001
CFA/SPECIAL PROVISIONS VER.2018.12
1
If due to, or for any other reason related to the Contractor's operation, any tree, '
shrub, ground cover or herbaceous vegetation is destroyed, seriously damaged,
or disfigured, that was not ordered removed, the Contractor shall replace it with
approved nursery stock of the same species. In addition to replacement, the
Contractor will be assessed any appropriate liquidated damages for trees as
described below. The assessment will be deducted from monies due the
Contractor. '
For non-merchantable timber, the Contractor will be assessed liquidated
damages of$10 for each inch of difference in circumference when a replacement
tree is smaller than the original.
For merchantable timber, the Contractor will be assessed liquidated damages of
either $10 for each circumferential inch or the estimated market value delivered
to a mill, whichever is the larger amount.
The Engineer will measure circumference twelve inches (12") above ground level. '
The replanting shall be according to Section 8-02 and during the first fall or
spring planting period after damage, or as the Engineer directs.
It may be necessary to trim trees or bushes in order to have the necessary
clearance for planing and paving equipment on streets that are to be overlaid.
Any costs for trimming of trees or bushes required for the construction of the
overlay will be considered incidental to the contract.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The 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.
UTILITY CONTACTS ,
Puget Sound Energy(Gas) Century Link
Attn: Glenn Helton Attn: Leslie Fergusen
6905 South 228th St 23315 66th Ave S
Kent, WA 98032 Kent,WA 98032
Telephone: (253) 395-6926 Telephone: (206)345-3488 '
Lakehaven Water&Sewer District Comcast
Attn: Wes Hill Attn: Bill Walker
31627 1st Avenue S 410 Valley Ave NW, Suite 12-C
Federal Way, WA 98003 Puyallup, WA 98371
Telephone: (253)946-5440 Telephone: (206)255-6975
CITY OFFEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-30 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
IKing County Traffic Operations AT&T
Attn: Mark Parrett Attn: Daniel McGeough
155 Monroe Ave NE 11241 Willows Rd NE, #130
IRenton, WA 98056 Redmond, WA 98052
Telephone: (206)296-8153 Telephone: (425)896-9830
I Zayo City of FW IT Dept(City Fiber)
Attn: Scott Morrison Attn:Thomas Fichtner
22651 83rd Ave S 33325 8th Ave S
I Kent, WA 98032 Federal Way, WA 98003
Telephone: (206)832-4862 Telephone: (253)835-2547
IADDITIONAL CONTACTS
King County METRO Transit South King Fire& Rescue
81270 6th Ave S, Bldg 2 31617 1st Ave S
I Seattle, WA 98134 Federal Way, WA 98003
Telephone: (206)684-2785 Telephone: (253)946-7253
I City of Federal Way Police
33325 8th Ave S Federal Way School District
Attn: Transportation Department
Federal Way,WA 98003 1211 S. 332nd St
I Telephone: (253)835-6701 Federal Way,WA 98003
(for officer traffic control scheduling) Telephone: (253)945-5960
Telephone: (253)835-6767
(for traffic/road closure issues)
I
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
I 1-07.18 Insurance
(January 4, 2016 APWA GSP)
I 1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
I 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.
I 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.
IC. 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
I policy shall state that coverage is claims made, and state the retroactive date. Claims-
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
I
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
I CITY OF FEDERAL WAY • 2019 ASPHALT OVERLAY PROJECT
2019 SP-31 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with '
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall '
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2)Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
• The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants
• Consultants hired by the Contracting Agency for design, construction support, or '
materials testing.
The above-listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-32 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' 1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor-provided
' insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
' The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
' CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4)Verification of Coverage.
1-07.18(4)Verification of Coverage
' The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work. Failure of Contracting
' Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
' Verification of coverage shall include:
' 1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
' 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements—actual endorsements must be submitted.
' Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
' required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
' 1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
' provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
' CITY OF FEDERAL WAY
2019 SP-33 2019 ASPHALT OVERLAY PROJECT
RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subjectpolicy's to any polic s deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor. ,
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products-completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal &Advertising Injury each offense
$1,000,000 Stop Gap/ Employers' Liability each Accident
1-07.18(5)B Automobile Liability 1
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability '
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed 'under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-34 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves
the overall required limits of insurance.
II, I 1-07.18(51J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
Ifor claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
I defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based
I paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2)of these Special Provisions shall be named by
' endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
I Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
I1-07.23 Public Convenience and Safety
1-07.23(1) Construction under Traffic
I (January 2, 2012 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zone
I The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
I During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
I
Duringactual hours of work, unlessprotected as described above, onlymaterials
absolutely necessary to construction shall be within the WZCZ and only
I
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
I 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.
I
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
I 2019 SP-35 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
Minimum WZCZ distances are measured from the edge of traveled way and will ,
be determined as follows:
Regulatory Distance From
Posted Speed Traveled Way
(Feet)
35 mph or less 10*
40 mph 15
111
45 to 55 mph 20
60 mph or greater 30
*or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Schedule Al — 1st Ave S between SW 363`d PI and S 361st PI and
Schedule A2 — 1St Ave S between S 361St PI to S 356th St, only one lane
of traffic may be closed to traffic between the hours of 8:00AM and
5:00PM.
Schedule B — S 336th St between 10th PI S and 18th Ave S and Schedule
C— 1St Ave S between SW 312th St to SW 301st St, only one lane of traffic
may be closed to traffic between the hours of 7:00AM and 4:00PM.
Approval to close one lane per each direction at the same time will
require prior approval by the Project Engineer.
• Left turns may be restricted (by the Contractor)within the project limits at
the discretion of the Project Engineer.
• Any closures outside of previously noticed hours require approval by the
City.
• If a lane closure is required, at least one lane of traffic (alternating
directions/flagger controlled)shall be maintained at all times. ,
• Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way 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 traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
driver confusion. A momentary interruption shall be defined as a period
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10)cars in length will be allowed.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-36 RFB#19-001 •
CFW SPECIAL PROVISIONS VER.2018.12
I
I • The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
I
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 • Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall provide flaggers, signs, and other traffic control
I 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
I 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 • All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
I
as not to be visible to motorists
• The Contractor shall be responsible for notifying all affected property
I owners prior to commencing the barricading of streets, sidewalks and
driveways.
I • The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
I
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
Iup sections of the work and leave them in an unfinished condition.
• Lane closures shall not impact business accesses. All business
Iaccesses will remain open during business hours.
• Lane closures shall not restrict vehicular access for buses through the
I project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
If the Engineer determines the permitted closure hours adversely affect traffic,
I
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
I 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
I Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
I CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-37 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
3. After 12:00 PM (noon)on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend. '
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public 1
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. '
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-38 RFB#19-001
CFW SPECIAL PROVISIONS VER.201a12
1
I
I
(April 12, 2018 CFW GSP)
I Section 1-07.24 is supplemented with the following::
The Contractor shall be responsible to abide by the right-of-entry agreements with
adjacent property owners that have been obtained (if any) by the City for this project.
Please note these agreements may be included as an appendix or will be made
Iavailable upon request of the Contractor.
Right-of-entries on adjacent private property have been secured for purposes such as:
I construction of driveways, slope restoration, drainage, utilities, irrigation, and/or property
restoration. The Contractor is expressly forbidden from using right-of-entry areas for
vehicle or equipment storage or material stockpiling without first receiving written
I approval from the property owner. A copy of the written approval shall be provided to
the Engineer before the Contractor stores any equipment or materials. Written
permission from property owners does not relieve the Contractor of their obligation to
receive permission from the City Community Development Department for the use of
Isites as staging areas, if required.
Right-of-entry agreements may include responsibilities for the Contractor, such as: listing
I property owners as additional insured; providing advance notice to certain
representatives; or daily site cleanup requirements. These responsibilities are listed as
examples only and the right-of-entry documents should be reviewed by the Contractor to
Idetermine all necessary requirements.
1-07.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners /tenants that are located adjacent to the project. The Contractor, along with the
I City's inspector & project engineer, shall have one formal meeting (door-to-door project
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
IThereafter, the Contractor shall keep the property owners / tenants informed of their •
general work locations and upcoming activities by distributing a monthly status/schedule
I
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
1-08 PROSECUTION AND PROGRESS
I
Add the following new section:
1-08.0 Preliminary Matters
I (May 25, 2006 APWA GSP)
1-08.0(1) Preconstruction Conference
I (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:
I1. To review the initial progress schedule;
I CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-39 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
1
2. To establish a working understanding among the various parties '
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and '
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section: '
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions(such as noise ordinances).
If the Contractor wishes to deviate from the established paving 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 two working days prior to the
day(s)the Contractor is requesting to change the hours. '
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-40 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
' 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.
I 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
Ibe met and recorded properly on certified payroll.
(May 17, 2018 APWA GSP, OPTION B)
I
Delete the eighth paragraph.
Revise the ninth paragraph to read:
I The 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 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
I
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.
1-08.3 Progress Schedule
Section 1-08.3 is supplemented with the following:
Schedule C — 1st Ave S (SW 312th St to SW 301st St): The Contractor shall not start any
work within Schedule C until June 1, 2019, unless otherwise approved by the Engineer.
The Contractor is restricted to have two (2) schedules under construction at a time unless
otherwise approved by the Engineer. "Under construction" for the purpose of this Section
I
means any work up to and including the final pavement overlay.
Adequate equipment and forces based on the construction schedule shall be made
' available by the Contractor to start work immediately upon order of the Engineer and to
carry out the schedule to completion of the contract by the date specified.
Sidewalk and curb ramps shall be completed within 10 working days of removal. No more
' than one (1)quadrant may be under construction at a time.
Should it become evident at any time during construction that operations will or may fall
I behind the schedule, the Contractor shall, upon request, promptly submit a revised
schedule in the same form as specified herein, setting out operations, methods, and
equipment, added labor forces or working shifts, night work, etc., by which time lost will be
I made up, and confer with the Engineer until an approved modification of the original
schedule has been secured. Further, if at any time any portion of the accepted schedule is
I
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-41 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
found to conflict with the contract provisions, it shall, upon request, be revised by the '
Contractor and the work shall be performed in compliance with the contract provisions.
Payments of any further estimates to the Contractor after such request is made and until an
approved modified schedule has been provided by the Contractor may be withheld.
Execution of the work according to the accepted schedule of construction, or approved
modifications thereof, is hereby made an obligation of the contract.
1-08.3(2)A Type A Progress Schedule 1
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the Dreconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM)schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
111
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s)specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(September 12, 2016 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-42 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Istatement 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
I Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
I correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be charged as a working
Iday whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
I The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
I1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
' required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
Ia. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
' c. Monthly Reports of Amounts Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
Ie. 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
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
' This project shall be physically complete within 80 working days.
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
I 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
Iafter 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
Iremaining Work as promptly as possible. Upon request by the Project Engineer, the
I CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-43 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
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
(July 23, 2015 APWA GSP, OPTION 2) '
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and
other general operations shall be the responsibility of the Contractor. The Contractor
shall provide the City with a copy of agreement(s) with property owner. All costs
associated with securing sites shall be included in the other bid items on the project and
no other compensation will be made. '
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-44 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
' final.
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
' established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
' The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
' 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump
sum breakdown for that item, or absent such a breakdown, based on the
Engineer's determination.
' 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
' 4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
' 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
' Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.9(1) Retainage
(June 27, 2011 WSDOT GSP, OPTION 1)
' Section 1-09.9(1)content and title is deleted and replaced with the following:
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:
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-45 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
For the convenience of the parties to the Contract it is mutually agreed by the '
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1-05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county. RCW 36.01.05 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13(3) Claims$250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located, provided that where claims subject
to arbitration are asserted against a county, RCW 36.01.05 shall control venue
and 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)
Section 1-10.1(2) is supplemented with the following:
Business Open During Construction Signs
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-46 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' The Contractor shall provide a "Business Open During Construction" sign at every
non-residential driveway approach within the project limits. Business Open During
Construction Signs shall be considered Construction Signs Class A.
' City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide two (2) project signs (4' x 8') per the detail available
from the City.
' 1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
' Kingston, WA 98346
(360)297-3035
' Evergreen Safety Council
12545 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
I - 1-10.2(1)B Traffic Control Supervisor
Section 1-10.2(1)B is supplemented with the following:
' A Traffic Control Supervisor(TCS) shall be present on the project whenever flagging
or other traffic control labor is being utilized. The City will not Day for any work
performed by the TCS as described under Section 1-10.2(1)B but considered
' incidental to other bid items.
1-10.2(2)Traffic Control Plans
' (April 12, 2018 CFW GSP)
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
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-47 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
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.
1-10.3 Traffic Control Labor. Procedures and Devices
1-10.3(1)Traffic Control Labor
(April 12, 2018 CFW GSP)
Section 1-10.3(1) is supplemented with the following:
Off-Duty Uniformed Police Officer
The City shall reimburse the Contractor for the use of off-duty uniformed police
officers at the invoiced cost with no mark-up per Standard Specifications 1-09.6
Force Account.
Off-duty uniformed police officer will be required only when the signal system is in
flashing mode or is not operational or when otherwise deemed necessary by the
Project Engineer.
The Contractor shall direct all Extra Duty requests, questions, or issues to
Lynette Allen with the Federal Way Police Department at (253) 835-6701, or
Iynette.allen@cityoffederalway.com. On Fridays (or other times you cannot reach
Lynette), please call (253) 835-6700 and ask for Diane Shines or Tami Parker.
If the Contractor needs to cancel a job on Saturday or Sunday, please call (253) '
835-6851 and ask them to inform the officer that the job is cancelled. Follow that
up with an email to Lynette Allen.
When scheduling off-duty uniformed police officers in the City of Federal Way,
City of Federal Way Police Department(CFWPD)officers must be contacted first.
If CFWPD cannot fill the job, off-duty King County Sheriff's Officers or
Washington State Patrol Officers are allowed to work within the City of Federal
Way, but must receive the CFWPD Chief's prior permission to work extra duty
and fill the Contractor's request. No other agencies or private companies are
authorized to perform off duty work within the City of Federal Way without
project-specific approval from the CFWPD Chief or their designee. The CFWPD
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-48 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
I
IChief has designated Lynette Allen as the program administrator so she can
give the required permission.
IThe use of off-duty uniformed police officers shall be in accordance with the City
of Federal Way Police Department's guidelines as follows:
• The Contractor will be billed for the entire duration of the job as it was
I requested. For example, if the Contractor requested an officer for 8 hours
and the job was completed in 4 hours, the Contractor will still be billed for
the entire 8 hours.A minimum of three(3) hours call out time shall be
Ipaid by the Contractor for each request for off-duty police officers.
• If a job is cancelled with less than 24 hours' notice, the Contractor will be
required to pay a 3 hour minimum. It shall be the Contractor's
' responsibility to arrange a work schedule to minimize any additional costs
incurred by the minimum three (3) hour call out requirement. No
reimbursement of any portion of the minimum callout will be allowed
where Contractor-made schedule revisions occur after an off-duty officer
Ihas been procured.
• The Contractor's request for a police officer does not guarantee they will
get one. The Contractor must provide the date(s), times, location, and
I other details of their request and the CFWPD will put the job out to the
officers. Whether an officer signs up for it depends on many variables,
especially their availability on the day requested. The more advance
I notice provided by the Contractor, the more likely it is that the job will be
filled. Requests shall be made a minimum of forty-eight(48) hours before
the use of the off-duty police officers on the project site.
I • The officer usually arrives at the extra duty job in a police car.
• Officers cannot work extra duty jobs in plain clothes; they must wear their
police uniform.
I • If a major emergency occurs, the off-duty officer may be pulled from the
project. An officer may also get pulled off the job if he/she is required to
appear in court.
• Officers must be given breaks and lunch according to the Federal Labor
IStandards Act(FLSA).
1-10.4 Measurement
ISection 1-10.4 is supplemented with the following:
Flaggers and Spotters will be measured by the hour.
I Other Traffic Control Labor will be measured by the hour.
Traffic Control Supervisor will not be measured.
Off Duty Uniformed Police Officer will be measured by force account.
I Construction Signs Class A will be measured by square feet.
Portable Changeable Message Signs will be measured per day.
I
1-10.5 Payment
Section 1-10.5 is supplemented with the following:
"Flaggers and Spotters", per hour.
I "Other Traffic Control Labor", per hour.
"Traffic Control Supervisor", incidental to other bid items.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-49 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
"Off Duty Uniformed Police Officer", per force account.
"Construction Signs Class A", per square feet.
"Portable Changeable Message Sign", per day.
Payment shall be limited to the labor required for flagging and handling signs and traffic
control devices which are placed and removed or adjusted daily.
It will be the Contractor's responsibility to provide, for the Engineer's concurrence, a
detailed summary of time expended on this item at the end of each working day. Pay
quantities will be prepared on the basis of these daily summaries. Time which does not '
appear on these daily summaries will not be honored for payment.
All other items of work included in this section and/or which are necessary for traffic control
are incidental to the Contract, and no separate payment will be made. This includes but is
not limited to: Traffic Control Supervisor, special signs required specifically for the project,
costs for cones, barricades, sequential arrow-boards, temporary pavement markings and
other construction signing used on the project.
Any special signs used will become property of the Owner upon completion of the project
and will be delivered to the Owner by the Contractor (refer also to Section 8-30 of these
Special Provision).
The unit contract price per day for "Portable Changeable Message Signs" shall include all
costs for furnishing the PCMS, transporting the PCMS to and from each project site, and
maintaining the PCMS.
END OF DIVISION 1
1
1
1
1
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-50 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
' DIVISION 2
EARTHWORK
' 2-01 CLEARING. GRUBBING. AND ROADSIDE CLEANUP
' 2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
(City of Federal Way)
Clearing and grubbing on this project shall be performed within the limits shown in the
plans.
2-01.3 Construction Requirements
' 2-01.4 Measurement
Section 2-01.4 is supplemented with the following:
' (City of Federal Way)
No specific unit of measurement will apply to the force account item of"Roadside Cleanup".
2-01.5 Payment
' (April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Roadside Cleanup", force account.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
(September 30, 1996 WSDOT GSP, OPTION 4)
Section 2-02.1 is supplemented with the following:
The Contractor is advised that asbestos may be present on this project.
2-02.3 Construction Requirements
' 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the following:
' 1. All removed concrete pieces shall become the property of the Contractor and
shall be removed from the project.
' 2. Prior to removal, the Contractor shall make a full-depth vertical sawcut between
any sidewalk, curb ramp or curb and gutter that is to remain and the portion to be
removed. The sawcut shall be at the nearest joint to form a neat line for removal
from the project site.
' 3. The Contractor shall replace at no expense to the Owner and to the satisfaction
of the Engineer any existing pavement, sidewalk, curb ramp, or curb and gutter
' designated to remain that is damaged during the removal operation.
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-51 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
4. The contractor shall make a neat full depth vertical sawcut in the existing '
pavement at a minimum distance of one (1) foot from the curb and gutter to be
removed to provide a large enough area to build to curb and place and compact
a pavement section. The approximate thickness of the existing asphalt concrete
pavement in the roadway varies. Contractor's attention is also drawn to Section
8-04.3 of the Special Provisions. See Standard Plans for details.
5. The equipment and procedures used to make the full-depth sawcut shall be
approved by the engineer. No waste water from the sawcutting operation shall
be released directly to any stream or storm sewer system. '
6. Extra care shall be taken to protect existing traffic loops that are to remain, when
removing and replacing curb and gutter. Any traffic loops damaged by the
Contractor shall be replaced at the Contractor's expense.
7. Pedestrian and wheel chair access to sidewalks must be maintained to one side
of each street at all times. The Contractor shall only remove and replace existing
cement concrete sidewalk(s), curb and gutter(s), curb ramp(s)at one quadrant of
an intersection at a time. If it is not possible to restrict access to one side
quadrant of a street, the Contractor must provide proper wheelchair accessible
pedestrian detours, per the MUTCD, around closed sidewalk areas.
2-02.3(4) Removal of Pavement Markings New Section
(City of Federal Way)
All pavement markings,including, but not limited to: paint, lane markers, traffic buttons,
plastic markings, and adhesive residue shall be removed prior to overlay. This work
shall be incidental to other bid items of the contract, and no separate payment will be
made.
2-02.4 Measurement '
(April 12, 2018 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
"Asphalt Conc. Pavement Sawcutting" will be measured by the linear foot and full-depth
sawcut.
"Cement Conc. Sawcutting"will be measured by the linear foot and full-depth sawcut.
"Removal of Cement Conc. Sidewalk"will be measured by square yard.
"Removal of Cement Conc. Type C Traffic Curb"will be measured by linear foot.
"Removal of Mountable Cement Conc. Curb"will be measured by linear foot. ,
Removal of asphalt concrete pavement and base associated with the Removal of
Cement Conc. Curb and Gutters, will not be measured, but will be considered as part of
"Removal Cement Conc. Curb and Gutter" and " Removal of Cement Conc. Sidewalk".
2-02.5 Payment
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-52 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
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:
"Asphalt Conc. Pavement Sawcutting", per linear foot.
' "Cement Conc. Sawcutting", per linear foot.
"Removal of Cement Conc. Sidewalk" per square yard.
"Removal of Cement Conc. Type C Traffic Curb", per linear foot.
' "Removal of Mountable Cement Conc. Curb", per linear foot.
"Asphalt Conc. Pavement Sawcutting" will be paid for sawcutting asphalt concrete
pavement in front of the curb and gutter. Sawcutting will not be paid for HMA pavement
' repair.
"Cement Conc. Sawcutting" will be paid for sawcutting associated with cement concrete
' sidewalk, ramp, and curb and gutter removal.
The unit contract price per square yard for "Removal of Cement Conc. Sidewalk" shall
' include removal, haul, and disposal of existing concrete sidewalk, curb ramps, and curb
and gutter.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
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.
Alternatively, the Contractor may elect grinding for pavement removal, where
appropriate.
' The removed pavement shall become the property of the Contractor and shall be
removed from the project. Damage caused to portions of the pavement to remain, due to
the Contractor's operation, shall be repaired by the Contractor at the Contractor's
' expense and to the satisfaction of the Engineer.
Removal of asphalt conc. pavement throughout the project shall be measured and paid
' as"Roadway Excavation Incl. Haul" and no additional payment will be made.
2-03.3 Construction Requirements
' Section 2-03.3(14)N Wet Weather Earthwork
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-53 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
(April 12, 2018 CFW GSP) '
Section 2-03.3(14)N is a new section:
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 '
Section 2-03.4 is supplemented with the following:
"Roadway Excavation Incl. Haul" measurement for roadway excavation including haul shall
be in accordance with Section 2-03.4 of the Standard Specifications.
2-03.5 Payment
(April 12, 2018 CFW GSP)
Section 2-03.5 is supplemented with the following:
"Roadway Excavation Incl. Haul" shall be paid by the cubic yard. No separate payment will
be made for haul or wasting excavated material.
Payment per cubic yard for "Roadway Excavation Incl. Haul" shall be for pavement repair
only. Sidewalk, curb ramp, and curb and gutter removal shall be paid under removal of
cement conc. sidewalk.
2-06 SUBGRADE PREPARATION
Subgrade preparation for Pavement Repair and Roadway Widening shall be accomplished in
accordance with section 2-06.
2-06.3(2)Suborade for Pavement
Section 2-06.3(2) is supplemented with the following:
At locations designated in the field by the Engineer, the existing roadway will be widened or
reconstructed. The existing and final pavement widths vary, and shall be as determined by
the Engineer.
2-06.5 Measurement and Payment
Section 2-06.5 is supplemented with the following:
All costs for providing materials and construction for subgrade preparation, shall be
included in the contract prices for"Crushed Surfacing Top Course for Pavement Repair and
Roadway Widening, Incl. Haul", and "HMA Class 1/2" PG 58H-22 for Pavement Repair and
Roadway Widening", respectively.
2-07 WATERING
2-07.1 Description
Section 2-07.1 is supplemented with the following:
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-54 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
' Water required for compacting embankments, construction subgrade, placing crushed
surfacing, grinding, pulverizing, dust control, and as the Engineer requires shall be provided
' in accordance with Section 2-07.3 of the Standard Specifications.
2-07.5 Payment
Section 2-76.5 is supplemented with the following:
•
' All costs for providing and applying water shall be considered incidental to and included in
the unit contract prices for the various items involved.
END OF DIVISION 2
•1
1
1
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-55 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
DIVISION 3 ,
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.4(1)Acquisition and Development '
(April 12, 2018 CFW GSP)
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
1
1
1
1
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT I
2019 SP-56 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' DIVISION 4
BASES
' Wherever specifications are made for "Pavement Repair and Roadway Widening" in the
following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening".
' 4-04 BALLAST AND CRUSHED SURFACING
' 4-04.1 Description
Section 4-04.1 is supplemented with the following:
Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul
shall be accomplished in accordance with Section 4-04 of the Standard Specifications.
4-04.2 Materials
Section 4-04.2 is supplemented with the following:
5/8" Minus crushed rock may be substituted for Maintenance Rock for Shoulder
' Reconstruction.
4-04.4 Measurement
Section 4-04.4 is supplemented with the following:
' "Maintenance Rock for Shoulder Reconstruction, Incl. Haul"will be measured by the ton.
' 4-04.5 Payment
Section 4-04.5 is supplemented with the following:
Payment will be made for the following bid items:
1. "Maintenance Rock for Shoulder Reconstruction, Incl. Haul", per ton.
The Contract bid price above, including all incidental work, shall be full compensation for all
' labor, materials, tools, and equipment necessary to satisfactorily complete the work as
defined in the Standard Specifications and these Special Provisions.
END OF DIVISION 4
1
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-57 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT '
(July 18, 2018 APWA GSP)
Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant-mixed hot mix
asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and
the lines, grades, thicknesses, and typical cross-sections shown in the Plans.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in
the proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Section 5-04.2 is supplemented with the following:
All HMA shall be HMA Cl. "A" PG 58H-22
Crack Sealing CSS-1 emulsified asphalt
Tack Coat CSS-1 emulsified asphalt
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(2) Mix Design—Obtaining Project Approval '
No paving shall begin prior to the approval of the mix design by the Engineer.
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving
the intersection or paving across the intersection. During such time, and provided that
there has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of
the pavement and to shorten the time required before reopening to traffic. '
Before closing an intersection, advance warning signs shall be placed and signs shall
also be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-•
23.
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-58 RFB#19-001
CFW SPECIAL PROVISIONS VER. 2018.12
I
All costs in connection with performing the Work in accordance with these requirements,
shall be included in the unit Contract prices for the various Bid items involved in the
Contract.
5-04. ( )3 3 Equipment
I
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
I 1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
I
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
I supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
I feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall
also be equipped with an approved dial-scale thermometer, a mercury actuated
I
thermometer, an electric pyrometer, or another approved thermometric
instrument placed at the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates. This device shall be in full
view of the plant operator.
I
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
homogeneous state. The asphalt binder shall be heated in a manner that will
avoid local variations in heating. The heatingmethod shall provide a continuous
9
supply of asphalt binder to the mixer at a uniform average temperature with no
I individual variations exceeding 25°F. Also, when a WMA additive is included in
the asphalt binder, the temperature of the asphalt binder shall not exceed the
maximum recommended by the manufacturer of the WMA additive.
I 4. Sampling and Testing of Mineral Materials—The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the
crushing and screening operation. The Contractor shall provide for the setup and
I operation of the field testing facilities of the Contracting Agency as provided for in
Section 3-01.2(2).
5. Sampling HMA— The HMA plant shall provide for sampling HMA by one of the
I following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle
Iwithout entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have
I a cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-59 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
forecast to include, precipitation or an air temperature less than 45°F or when time from
loadingto unloadingexceeds 30 minutes, the cover shall be securelyattached to protect
the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA
mixture from adhering to the hauling equipment. Excess release agent shall be drained
prior to filling hauling equipment with HMA. Petroleum derivatives or other coating
material that contaminate or alter the characteristics of the HMA shall not be used. For •
live bed trucks, the conveyer shall be in operation during the process of applying the
release agent.
5-04.3(3)D Material Transfer.DeviceNehicle
Section 5-04.3(3)D is supplemented with the following:
Delete Section 5-04.3(3)D entirely.
5-04.3(4)A Crack Sealing
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks 'A inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack with
the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement
surface and allow the mixture to cure. Top off cracks that were not completely filled with
additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has
fully cured. The requirements of Section 1-06 will not apply to the portland cement and
sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not beP laced fill the cracks as follows:
1. Cracks'/ inch to 1 inch in width -fill with hot poured sealant. '
2. Cracks greater than 1 inch in width—fill with sand slurry.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-60 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer's
Irecommendations. Furnish a Type 1 Working Drawing of the manufacturer's product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer's recommended heating time and temperatures, allowable storage time
I and temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the
I Contractor's method of sealing the cracks with hot poured sealant results in an
excessive amount of material on the pavement surface, stop and correct the operation to
eliminate the excess material.
I5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
I 5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
I A. Cracks'A inch to 1 inch in width -fill with hot poured sealant.
B. Cracks greater than 1 inch in width—fill with sand slurry.
5-04.3(4)C Pavement Repair
I The Contractor shall excavate pavement repair areas and shall backfill these with HMA
in accordance with the details shown in the Plans and as marked in the field. The
Contractor shall conduct the excavation operations in a manner that will protect the
I
pavement that is to remain. Pavement not designated to be removed that is damaged as
a result of the Contractor's operations shall be repaired by the Contractor to the
satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall
I excavate only within one lane at a time unless approved otherwise by the Engineer. The
Contractor shall not excavate more area than can be completely finished during the
same shift, unless approved by the Engineer.
I
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a
depth of 1.0 feet. The Engineer will.make the final determination of the excavation depth
I
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become the
property of the Contractor and shall be disposed of in a Contractor-provided site off the
IRight of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
I application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
I Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a
I
mechanical tamper or a roller.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-61 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when
being moved to the HMA plant for processing into the final mixture. Different aggregate
sizes shall be kept separated until they have been delivered to the HMA plant.
5-04.3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti-
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these
problems, the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with
approval of the Engineer, but in no event shall the HMA be held for more than 24 hours.
HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be
disposed of by the Contractor at no expense to the Contracting Agency. The storage
facility shall have an accessible device located at the top of the cone or about the third
point. The device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top of the cone
of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there
is evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into
the mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3(7) Spreading and Finishing ,
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used
to distribute the mixture. Unless otherwise directed by the Engineer, the nominal
compacted depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class 3/" and HMA Class 1/2"
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-62 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Iwearing course 0.30 feet
other courses 0.35 feet
HMA Class%" 0.15 feet
I
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
Iequipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
I each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
Ispecified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Appreciate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
I equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
I5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
INonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
I Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, temporary pavement, and pavement repair. Other nonstructural
I applications of HMA accepted by commercial evaluation shall be as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer.
IThe 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
Engineer and may be made in accordance with this section.
I
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of
I acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined
I by adding the tolerances below to the approved JMF values. These values
will also be the Upper Specification Limit (USL) and Lower Specification
Limit(LSL) required in Section 1-06.2(2)D2
I Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +1-0.5% +/-0.7%
Air Voids,Va 2.5%min.and 5.5%max N/A
For Aggregates in the mixture:
I a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent Non-Statistical Commercial Evaluation
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-63 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
Passing Evaluation
1", 3A",1/2",and 3/8"sieves +/-6% +/-8%
No.4 sieve +/-6% +/-8%
No.8 Sieve +/-6% +/-8%
No.200 sieve +/-2.0% +/-3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting '
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates—2 percent for the aggregate passing the 1W, 1", 3/", 1/z", 3/e", and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix
design for the asphalt binder content shall be 0.3 percent
5-04.3(9)C Mixture Acceptance—Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation—Lots and Sublots ,
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be '
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken
for each class of HMA placed on a project. If used in a structural application, at least one
of the three samples shall to be tested.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-64 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Sampling and testing HMA in a Structural application where quantities are less than 400
tons at dsreton f the e
' For HisMA usedthe i
in-
-ca structuralioapplication and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. In
all cases, a minimum of 3 samples will be obtained at the point of acceptance, a
' minimum of one of the three samples will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements, additional
' testing will be at the Engineer's discretion.
• If test results are found not to be within specification requirements, additional
testing of the remaining samples to determine a Composite Pay Factor (CPF)
' shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation–Acceptance Testing*
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If
' tested, compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
' 308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
' 5-04.3(9)C4 Mixture Nonstatistical Evaluation–Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9),the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price
' adjustment factors:
rg iJ_ QC's C� —,
All aggregate passing: 1W', 1", %", 1/2", %" and 2
' No.4 sieves
All aggregate passing No. 8 sieve 15
' All aggregate passing No. 200 sieve 20
Asphalt binder 40
' Air Voids (Va)(where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
' falling within the toler-ance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
' appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide
a minimum of three sets of results for evaluation.
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-65 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
5-04.3(9)C6 Mixture Nonstatistical Evaluation—Price Adjustments '
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The
NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
total job mix compliance price adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual '
pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation- Retests '
The Contractor may request a sublot be retested. To request a retest, the Contractor
shall submit a written request within 7 calendar days after the specific test results have
been received. A split of the original acceptance sample will be retested. The split of the
sample will not be tested with the same tester that ran the original acceptance test. The
sample will be tested for a complete gradation analysis, asphalt binder content, and, at
the option of the agency, Va. The results of the retest will be used for the acceptance of
the HMA in place of the original sublot sample test results. The cost of testing will be
deducted from any monies due or that may come due the Contractor under the Contract
at the rate of$500 per sample. I
5-04.3 (9)0 Mixture Acceptance—Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the
lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate
CPF. The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be
determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by
60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product
of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of
mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF).
5-04.3(10) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density).
The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The
specified level of density attained will be determined by the evaluation of the density of
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-66 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Ithe pavement. The density of the pavement shall be determined in accordance with
WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of
the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using
I
cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
U
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
I If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
IRoadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by
Ithe Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the
I Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core"the Contracting Agency will obtain the cores.
IFor a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming to the Specifications can
be produced.
IHMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
' of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
Il paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
Iby the Engineer.
Test Results
I For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a
CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may
I request that a core be used for determination of the relative density of the sublot. The
relative density of the core will replace the relative density determined by the nuclear
density gauge for the sublot and will be used for calculation of the CPF and acceptance
of HMA compaction lot.
I When cores are taken bythe ContractingAgency at the request of the Contractor, they
9 Y q
shall be requested by noon of the next workday after the test results for the sublot have
I been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-67 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring
will be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the
traffic control.
5-04.3(101A HMA Compaction—General Compaction Requirements ,
Compaction shall take place when the mixture is in the proper condition so that no
undue displacement, cracking, or shoving occurs. Areas inaccessible to large
compaction equipment shall be compacted by other mechanical means. Any HMA that
becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in
any way defective, shall be removed and replaced with new hot mix that shall be
immediately compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence
shall generally be the Contractor's option, provided the specified densities are attained.
Unless the Engineer has approved otherwise, rollers shall only be operated in the static
mode when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(10)B HMA Compaction—Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the
theoretical maximum density.
5-04.3(10)D HMA Nonstatistical Compaction '
5-04.3(10)D1 HMA Nonstatistical Compaction— Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738. '
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request 111after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions ,
other than those listed above shall be compacted on the basis of a test point evaluation
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-68 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Iof the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
Ipaving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
I ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation—Acceptance Testing
I The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
I5-04.3(10)D3 HMA Nonstatistical Compaction— Price Adiustments
For each compaction lot with one or two sublots, having all sublots attain a relative
density that is 92 percent of the reference maximum density the HMA shall be accepted
I at the unit Contract price with no further evaluation. When a sublot does not attain a
relative density that is 92 percent of the reference maximum density, the lot shall be
evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The
I maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will
be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF
lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by
I
either a nuclear moisture-density gauge or cores will be completed as required to
provide a minimum of three tests for evaluation.
For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF)
I will be determined. The NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
IContract price per ton of mix.
5-04.3(11) Refect Work
I5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
I rejected material. Acceptability of such alternative proposals will be determined at the
sole discretion of the Engineer. HMA that has been rejected is subject to the
requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit
' a corrective action proposal to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
I The Contractor may, prior to sampling, elect to remove any defective material and
replace it with new material. Any such new material will be sampled, tested, and
evaluated for acceptance.
I5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
Ipavement. Any rejected section of Roadway shall be removed.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
I 2019 SP-69 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
No payment will be made for the rejected materials or the removal of the materials
1
unless the Contractor requests that the rejected material be tested. If the Contractor
elects to have the rejected material tested, a minimum of three representative samples
will be obtained and tested. Acceptance of rejected material will be based on
conformance with the nonstatistical acceptance Specification. If the CPF for the rejected
material is less than 0.75, no payment will be made for the rejected material; in addition,
the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater
than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting
Agency. If the material is rejected before placement and the CPF is greater than or equal
to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection
occurs after placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition of 25 percent of the
unit Contract price added for the cost of removal and disposal.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the
wearing course shall not vary more than '/e inch from the lower edge of a 10-foot
straightedge placed on the surface parallel to the centerline. The transverse slope of the
completed surface of the wearing course shall vary not more than % inch in 10 feet from
the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high
place in the HMA, the pavement surface shall be corrected by one of the
following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer. ,
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
ofthe above tolerances that result from a low placein the HMA and
Deviations in excess
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor
the sum of$500.00 for each and every section of single traffic lane 100 feet in length in
which any excessive deviations described above are found. '
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre-Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-70 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I .
I5-04.3(14) Planing (Milling) Bituminous Pavement
The planning plan must be approved by the Engineer and a pre planning meeting must
be held prior to the start of any planing. See Section 5-04.3(14)62 for information on
planning submittals.
Locations planed are as in as.
IWhere planingof anexisting existingsurfacing pavementtobe is specified inshown the ContracttheDr, thewingContractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
I The finished product must be a prepared surface acceptable for receiving an HMA
overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do
Inot use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
I damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the
IContractor's planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
Iplaning, as determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide
a minimum of 4 inches of curb reveal after placement and compaction of the final
I wearing course. The dimensions of the wedge must be as shown on the Drawings or as
specified by the Engineer.
I A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines)where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the
Iexisting adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by
the Contract, patched and preleveled.
IThe Engineer may direct additional depth planing. Before performing this additional
depth planing, the Contractor must conduct a hidden metal in pavement detection survey
Ias specified in Section 5-04.3(14)A.
The Contractor performs the planing operations no more than seven (7) calendar days
I ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by
the Engineer in writing.
5-04.3(14)A Pre-Planing Metal Detection Check
IBefore starting planing of pavements, and before any additional depth planing required
by the Engineer, the Contractor must conduct a physical survey of existing pavement to
be planed with equipment that can identify hidden metal objects.
I
Should such metal be identified, promptly notify the Engineer.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-71 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
See Section 1-07.16(1) regarding theprotection of surveymonumentation that maybe
( ) 9 9
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre-planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected. '
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General '
In addition the requirements of Section 1-07.23 and the traffic controls required in
Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or
planing operations through an intersection requires closure. Such closure must
be kept to the minimum time required to place and compact the HMA mixture, or
plane as appropriate. For paving, schedule such closure to individual lanes or
portions thereof that allows the traffic volumes and schedule of traffic volumes
required in the approved traffic control plan. Schedule work so that adjacent
intersections are not impacted at the same time and comply with the traffic
control restrictions required by the Traffic Engineer. Each individual intersection
closure or partial closure, must be addressed in the traffic control plan, which
must be submitted to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an
intersection, consider scheduling and sequencing such work into quarters of the
intersection, or half or more of an intersection with side street detours. Be
prepared to sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no
trolley service is impacted, keep such closure to the minimum time required to
place and compact the HMA mixture, plane, remove asphalt, tack coat, and as
needed.
d. Any work in an intersection requires advance warning in both signage and
a number of Working Days advance notice as determined by the Engineer, to
alert traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before
any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
2. Temporary centerline marking, post-paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section
8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)62 Submittals—Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation's activity start date.
These plans must show how the moving operation and traffic control are coordinated, as
they will be discussed at the pre-planing briefing and pre-paving briefing. When
requested by the Engineer, the Contractor must provide each operation's traffic control
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-72 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Iplan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of
operation and sufficient detail of traffic beyond the area of operation where detour traffic
may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be
Ichanged if the Engineer agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
I detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at
the briefing.
IWhen intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
Isignalization is or may be, countermanded, and show ar-eas where flaggers are
proposed.
1 At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
I day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the se-quencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of
I temporary pavement markings and channelizing devices after each day's
planing, and paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and
I staging areas, including return routes. Describe the complete round trip as it
relates to the sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
I 5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of
paving equipment.
I 7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
I
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
I 8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
I 10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
I 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
I Contract, the Contractor must be prepared to discuss that day's operations as they
relate to other entities and to public safety and convenience, including driveway and
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-73 RFB#19-001
IICFW SPECIAL PROVISIONS VER.2018.12
1
business access, garbage truck operations, Metro transit operations and working around '
energized overhead wires, school and nursing home and hospital and other accesses,
other contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day's
operations, must meet with the Engineer and discuss the proposed operation as it
relates to the submitted planing plan and paving plan, approved traffic control plan, and
public convenience and safety. Such discussion includes, but is not limited to: '
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control
and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing
operations, as applicable, as it relates to traffic control, to public convenience
and safety, and to other con-tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)82.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving —additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how
pavers and MTVs are cleaned so that one JMF does not adversely influence
the other JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic. '
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-74 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
' 5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where
staked by the Engineer. The Work shall be performed in accordance with Section 5-04.
' 5-04.4 Measurement
Section 5-04.4 is supplemented with the following:
HMA Cl. 1/2" PG 58H-22 will be measured by the ton.
HMA Cl. 1/2" PG 58H-22 for Preleveling will be measured by the ton.
' HMA Cl. 1/2" PG 58H-22 for Pavement Repair will be measured by the ton.
Planing Bituminous Pavement will be measured by the square yard.
Tack Coat will not be measured.
' Soil Residual Herbicide will be measured by force account.
5-04.5 Payment
Section 5-04.5 is supplemented with the following:
' "HMA Cl. %2" PG 58H-22", per ton.
"HMA Cl. 1/2" PG 58H-22 for Preleveling", per ton.
"HMA Cl. %2" PG 58H-22 for Pavement Repair", per ton.
"Planing Bituminous Pavement", persquare yard.
"Tack Coat"will be incidental.
' "Soil Residual Herbicide", per force account.
The unit Contract price per ton for"HMA Cl. %2" PG 58H-22", "HMA Cl. 1/2" PG 58H-22 for
' Preleveling" and "HMA Cl. 1/2" PG 58H-22 for Pavement Repair" shall be full
compensation for all costs, including anti-stripping additive, incurred to carry out the
requirements of Section 5-04 except for those costs included in other items which are
included in this Subsection and which are included in the Proposal.
' "Crack Sealing", by force account.
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
' "Planing Bituminous Pavement", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full
' payment for all costs incurred to perform the Work described in Section 5-04.3(14).
END OF DIVISION 5
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-75 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-05 MANHOLES. INLETS. CATCH BASINS. AND DRYWELLS
7-05.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified on the plans or as directed by the
Engineer.
All lids located within sidewalk areas must meet ADA requirements and be slip-resistant.
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.
All structures not receiving surface runoff shall include solid lids, unless
otherwise indicated on the plans or directed by the Engineer.
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.
Heavy-Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round,
solid lids are required as outlined above.
7-05.3(1)Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(April 12, 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted
to final grade until the adjacent pavement is completed, at which time the center
of each structure shall be carefully relocated from references previously
established by the Contractor. The asphalt concrete pavement shall be removed
to a neat circular shape for circular grates and covers and a neat rectangular
OF FEDERAL WAY
CITY E 2019 ASPHALT OVERLAY PROJECT
2019 SP-76 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Ishape for rectangular grates and covers. 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
I and crushed rock shall be removed to the full depth of adjustment plus 2 inches.
The manhole and catch basin frames shall be lifted and reset to the final grade,
plumb to the roadway, and shall remain operational and accessible. (Reference
City of Federal Way Standard Drawing 3-55 for Utility Adjustment).
IThe Contractor shall adjust manholes and catch basins with pre-cast grade rings,
and mortar and high impact adjustment risers with a maximum 2-inch thickness •
I where required for heavy-duty frames and covers within the travelled roadway.
Metal adjustment rings shall not be used. If more than three grade rings are
required to adjust a manhole or Type 2 catch basin to final grade, including
I existing grade rings, the Contractor shall remove the existing cone section or top
slab, install a pre-cast manhole section of sufficient height to limit the number of
grade rings to a maximum of three, and reinstall the cone section or top slab prior
to paving operations. Grade adjustment rings and high impact riser installation
I shall, be inspected by the Engineer prior to frame installation. Cover and grate
frames shall be securely grouted to the structure.
I Where existing structures are located within the wheel path of a proposed travel
lane, catch basins adjusted to grade shall also include conversion risers and
heavy duty locking frames and covers and high-impact risers per Section 7-
I05.3(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
I
entire void around the adjustment shall then be filled with Commercial HMA,
placed and compacted in maximum 3-inch lifts, to match the adjacent pavement
surface. The joint between the patch and existing pavement shall then be painted
I with asphalt for tack coat and immediately covered with dry paving sand before
the asphalt for tack coat solidifies.
I All catch basin frames and grates removed shall remain the property of the City
and shall be delivered by the Contractor to the City as directed by the Engineer.
7-05.3(5) Repair, Rebuild or Re-align Manholes and Catch Basins
I (April 12, 2018 CFW GSP)
Section 7-05.3(5) is supplemented with the following:
Where existing manholes and catch basins were poured monolithic with the curb
I
and gutter and removal of the adjacent curb and gutter damages the existing
structure; or where the horizontal alignment of the existing manhole or catch
basin requires re-aligning and adjusting the structure elevation; or where
I manholes or catch basins are damaged during grinding, the contractor shall
remove the existing frame and grate, adjustment bricks and adjustment risers
down to the structure base and rebuild the structure per Section 7-05.3.
I7-05.3(6)Adjust Existing Utility to Grade
(April 12, 2018 CFW GSP)
I Section 7-05.3(6) is a new section:
As shown in the Plans, existing utilities such as monuments, manholes, water
valves, and meter boxes shall be adjusted to finished grade. The Contractor
J
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-77 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
shall familiarize itself with the existing utility locations prior to the beginning of
any work. The Contractor shall adjust City-owned utilities. Final adjustment shall
be smooth and flush with finished grade. The Contractor shall mark the location ,
of all utilities prior to paving the new surface. Unless otherwise provide in the
Special Provisions and Proposal, costs for adjusting utilities to grade, including
coordinating the work with other utilities, shall be incidental to the various items
of work and no additional compensation will be allowed. ,
Existing facilities shall be adjusted to the finished grade as shown in the Plans
and as further specified herein. Existing box, ring, grate, and cover shall be reset
in a careful and workmanlike manner to conform to the new grade. Special care
shall be exercised in all operations. Any damage occurring to the manholes,
concrete catch basins, monument cases, valve boxes, or water mains, due to the
Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch
basins, monument cases, meter boxes, and valve boxes encountered, and shall
submit a copy of these references to the Engineer.
7-05.3(7) Re-grout Catch Basin
(April 12, 2018 CFW GSP)
Section 7-05.3(7) is supplemented with the following:
Existing Catch Basins interior walls and joints shall be grouted and watertight as directed by
the Engineer. The joints shall be grouted using a 3/ inch layer of non-shrink mortar.
Plastered smooth inside the frame and pipe joints. Mortar shall conform to the
requirements of Section 9-20.4(3).
7-05.4 Measurement
Section 7-05.4 is supplemented with the following:
"Adjust Manhole", will be measured per each.
"Adjust Catch Basin", will be measured per each.
"Replace Existing Frame and Grate with Ergo Frame and Lid and Adjust to Finished
Grade", will be measured per each.
"Repair or Rebuild Manhole", will be measured per each.
"Adjust ExistingUtilityto Grade", will be measured per each.
"Re-grout Catch Basin",will be measured per each.
7-05.5 Payment
Payment will be made for each of the following bid items that are included in the proposal:
"Adjust Manhole", per each. '
"Adjust Catch Basin", per each.
"Replace Existing Frame and Grate with Ergo Frame and Lid and Adjust to Finished
Grade", per each.
"Repair or Rebuild Manhole", per each.
"Adjust Existing Utility to Grade", per each.
"Re-grout Catch Basin", per each
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-78 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
IThe unit contract price for catch basins and/or manholes shall be full pay for furnishing all labor,
tools, equipment, and materials necessary to complete each unit according to the Plans and
I Specifications. This includes all sawcutting, pavement removal and disposal, excavation,
dewatering (if required), temporary flow bypass, connections to existing and new pipe,
foundation material, bedding, imported or native backfill, compaction, surface restoration,
testing, and furnishing and placing of all accessories and conversion risers, temporary patching
I hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or
rings and covers, grade rings and adjustment risers including conversion risers shall be
considered incidental to this bid item and will not be measured for separate payment.
IThe unit contract price for "Adjust Manhole" and/or"Adjust Catch Basin" and/or"Adjust Existing
Utility to Grade" applies to existing storm drainage catch basins, inlets, and manholes that
I require adjustment to grade by addition or removal of adjustment risers. The unit contract price
includes all labor, tools, equipment, and materials necessary to adjust drainage structures to
finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic,
restoration of the area around the adjusted structure, and providing new rings and covers or
I frames and grates. Grade rings and adjustment risers (concrete or high-impact) shall be
considered incidental to this bid item and will not be measured for separate payment.
I The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra-Riser high
impact rubber composite adjustment risers for specified manholes or catch basins.
I END OF DIVISION 7
I
I
I
I
I
I
I
I
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-79 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ,
8-01.3 Construction Requirements
8-0 .3 1 1 General
Section 8-01.3(1)is supplemented with the following:
(City of Federal Way)
The Contractor shall, prior to disruption of the normal water course, intercept the
offsite stormwater and pipe it either through or around the project site in such a
manner that it is not combined with offsite stormwater and it is discharged at its
preconstruction outfall point in such a manner that there is no increase in erosion
below the site '
The method for performing this work shall be included in the Contractor's temporary
erosion control plan.
8-01.3(1)A Submittals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department
of Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall
prepare review and modify the SWPPP as necessary to be consistent with the
actual work schedule, sequencing, and construction methods that will be used on
the project. The Contractor's SWPPP shall meet the requirements of the general
permit. The Contractor's modifications to the SWPPP shall also incorporate the
content and requirements for the Spill Prevention, Control and Countermeasures
(SPCC) Plan in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-80 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
Irequirements of the current edition of the WSDOT Temporary Erosion and
Sediment Control Manual M 3109 and be adapted as needed throughout
construction based on site inspections and discharge samples to maintain
I compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
IIn 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
I 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
Ithe Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified
in the General Permit, including:
INarrative discussing and justifying erosion control decisions (12
elements)
I Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
Iincluding:
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.
I
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction
season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP,
' using project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/
ITurbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor
Ishall provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on-site measures/revisions
including additional source control, BMP maintenance, and/or additional
1 stormwater treatment BMPs that are necessary to prevent continued
exceedance of turbidly and/or pH benchmarks.
I2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-81 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8-01.4 Measurement
Section 8-01.4 is supplemented with the following:
Inlet Protection Insert will not be measured. '
8-01.5 Payment
Section 8-01.5 is supplemented with the following:
"Inlet Protection Insert" is incidental.
All costs associated with the treatment of pH in high pH stormwater or dewatering water shall be
included in the applicable concrete, grinding or sawcutting items of work.
8-2 ROADSIDE RESTORATION
8-02.2 Materials
Section 8-02.2 is supplemented with the following:
Materials shall meet the requirements of the following sections:
Soil 9-14.1
Sod 9-14.6(8)
8-02.3(13) Plant Establishment
Section 8-02.3(13) is supplemented with the following:
(City of Federal Way)
Plant establishment shall consist of insuring resumption and continued growth of all
planted material including trees, shrubs, ground cover, lawn sod and seeded areas
for a period of one (1) year. This shall include, but is not limited to labor and
materials necessary for removal and replacement of any rejected plant material
planted under this contract.
8-02.4 Measurement
The first paragraph of Section 8-02.4 is revised as follows:
(City of Federal Way)
Sod Lawn, Incl. 4 in Topsoil will be measured per square yard.
8-02.5 Payment
Section 8-02.5 is supplemented with the following:
(January 14, 2017)
"Sod Lawn, Incl. 4 in Topsoil", per square yard.
8-03 IRRIGATION SYSTEMS
8-03.3 Construction Requirements
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-82 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
' The first paragraph of Section 8-03.3 is supplemented with the following:
(City of Federal Way)
' Private sprinkler irrigation systems found to encroach within the limits of improvements shall
be modified as necessary to remove the encroachment and to ensure satisfactory operation
of the remaining system. The Contractor shall ensure that existing private systems remain
' in operation during the construction of this project. The Contractor shall furnish temporary
water to disconnected existing irrigation systems. Private irrigation systems that have been
damaged during construction activities shall be repaired within 5 working days. The
' Contractor shall repair such damaged facilities to an "equal or better than" original
condition. This work will include, but not be limed to, cutting and capping existing pipe,
relocating existing risers and sprinkler heads new pipe heads and connections, and testing
of the system. Payment will be included in the unit bid item price for Repair Existing
Irrigation System per Section 8-03 these Standard Specifications.
8-03.4 Measurement
' Section 8-03.4 is supplemented with the following:
Repair Existing Irrigation Systems will be measured by force account.
' 8-03.5 Payment
Section 8-03.5 is supplemented with the following:
' "Repair Existing Irrigation Systems", per force account.
8-04 CURBS. GUTTERS. AND SPILLWAYS
' 8-04.3 Construction Requirements
(April 12, 2018 CFW GSP)
' Section 8-04.3 is supplemented with the following:
The sub-base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White-pigmented curing compounds will not be allowed.
' The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
(10')or the alignment one-fourth (1/4") in ten feet(10').
' Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
' The existing concrete curb and gutter shall be removed in accordance with Section 2-
02.3(3) which leaves one (1) feet gap. This gap shall have its subgrade prepared and
be paved with a minimum of four inches (4") CSTC and three inches (3") HMA Class %2"
' PG 58H -22 (compacted depths), or match existing depths whichever is greater. Total
HMA overlay depth shall be 5" thickness minimum. See standard plans for details.
' Cement Conc. Curb and Gutter at existing curb ramps shall be removed and replaced as
shown in the Plans or at designated locations as directed by the City.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-83 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Cement Conc. Curb forms shall not be removed any sooner than four (4) hours after
concrete placement.
Mountable Cement Conc. Curb shall be painted with two full coats of paint formula No.
H-2-83 or H-3-83 as shown in the Plans or as designated by the Engineer. The paint
can be applied by brush or spray. The second coat shall have glass traffic paint beads
sprinkled in the wet paint at the rate of 12 pounds per 100 linear foot of curbing. The
beads shall conform to the requirements of Section 9-34.4.
8-04.4 Measurement '
(April 12, 2018 CFW GSP)
Section 8-04.4 is supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to
the unit price of the type of curb.
Cement Conc. Curb and Gutter will be measured by linear foot.
Mountable Cement Conc. Curb will be measured by linear foot.
Cement Conc. Curb and Gutter in front of Curb Ramp shall be incidental to the "Cement
Conc. Curb Ramp Type ".
Cement Conc. Barrier Curb associated with ADA ramps shall be incidental to the
"Cement Conc. Curb Ramp Type ".
8-04.5 Payment
(April 12, 2018 CFW GSP)
Section 8-04.5 is supplemented with the following:
"Painting of curbs, where requires", shall be incidental.
"Cement Conc. Curb and Gutter", per linear foot.
"Mountable Cement Conc. Curb", per linear foot.
"Cement Conc. Curb and Gutter in front of Curb Ramp", incidental to Curb Ramp Type
"Cement Conc. Barrier Curb" associated with ADA ramps shall be incidental to the '
Cement Conc. Curb Ramp Type .
The
The unit contract price per linear foot for"Cement Conc. Curb and Gutter" shall be full payment ,
for all incidental work including forms, preparation of subgrade, placement, backfill and
compaction, HMA Class 1/2" PG 58H-22 and CSTC for pavement repair, and all other materials,
tools, equipment,and labor required for the construction of same.
8-07 PRECAST TRAFFIC CURB
8-07.1 Description
(December 12, 2012 CFW GSP)
Section 8-07.1 is deleted and replaced with the following:
This Work consists of furnishing and installing precast traffic curb, block traffic curb,
sloped mountable curb, or dual faced sloped mountable curb of the design and type
specified in the Plans in accordance with these Specifications and the Standard Plans, in
the locations indicated in the Plans or as identified by the Engineer.
8-07.2 Materials
(August 9, 2014 CFW GSP)
Section 8-07.2 is supplemented with the following:
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-84 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
1 Block Traffic Curb 9-18.3
8-07.3 Construction Requirements
' 8-07.3(1) Installing Curbs
(March 30, 2018 CFW GSP)
' Section 8-07.3(1) is supplemented with the following:
For both types of curb, nosing pieces, connecting dividers, and radial sections,
as detailed in the Plans, will be required at the ends of the curb lines, at
transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic
' curb installation with radii less than 10 feet. The curb shall be placed no later
than seven (7)calendar days after the final lift of paving has been completed in
each schedule where required.
8-07.4 Measurement
(August 9, 2014 CFW GSP)
Section 8-07.4 is supplemented with the following:
Precast Dual Faced Sloped Mountable Curb will be measured by the linear foot.
Precast Sloped Mountable Curb will be measured by the linear foot.
' 8-07.5 Payment
(August 9, 2014 CFW GSP)
Section 8-07.5 is supplemented with the following:
' "Precast Dual Faced Sloped Mountable Curb," per linear foot.
"Precast Sloped Mountable Curb," per linear foot.
' The unit contract price per linear foot for"Precast Sloped Mountable Curb" and "Precast
Dual Faced Sloped Mountable Curb" shall be full payment for all incidental work,
including pavement repair and all other materials, tools, equipment, and labor required
for the construction of same.
' 8-09 RAISED PAVEMENT MARKERS
' 8-09.1 Description
(December 12, 2012 CFW GSP)
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)
Section 8-09.2 is supplemented with the following:
RPM's shall not be ceramic.
8-11 GUARDRAIL
8-11.3(1)E Raising Guardrail
' Section 8-11.3(1)E is supplemented with the following:
Delete first paragraph.
8-11.4 Measurement
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-85 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Raising Beam Guardrail by linear foot.
8-11.5 Payment
"Raising Beam Guardrail", per linear foot.
8-13 MONUMENT CASES
8-13.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and pipes in
accordance with the Standard Plans and these Specifications, in conformity with the I
lines and locations shown in the Plans or as staked by the Engineer.
8-13.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-13.3 is supplemented with the following:
The existing cast iron ring and cover on monument cases shall be removed and replaced
at the new finished elevation; frame ring extensions may not be used. Contractor shall
submit catalog cuts of extensions for approval.
Following monument case adjustment, the monument shall be verified for position by
the City. If the monument has been displaced by the Contractor's operations, the
Contractor shall at his own expense, remove and replace the case and reestablish the
monument with a licensed professional surveyor.
8-13.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.4 is deleted and replaced by the following:
Measurement of monument case and cover will be per each.
8-13.5 Payment '
(April 12, 2018 CFW GSP)
Section 8-13.5 is supplemented with the following:
"Adjust Monument Case and Cover", per each.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Description
Section 8-14.1 is supplemented with the following:
Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and
existing curb ramps shall be removed and replaced at designated locations as directed by
the City. New curb ramps and warning strips shall conform to the details on the design
plans and Current WAC for Barrier Free Design.
If any section of sidewalk is damaged due to vandalism, such as writing, by vehicles or
pedestrians, the entire section, between joints, shall be removed and replaced, at no cost to
the City.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-86 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
8-14.2 Materials
Section 8-14.2 is supplemented with the following:
I
Material requirements for sidewalks shall also be applied to driveway approaches and curb
ramps.
I8-14.3 Construction Requirements
(April 3, 2017 WSDOT GSP, OPTION 1)
I Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or
I
other pedestrian access routes to discuss construction requirements. Those attending
shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and
I placing, and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
IItems to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
I2. Inspection '
3. Traffic control
I4. Pedestrian control, access routes and delineation
5. Accommodating utilities
I 6. Form work
7. Installation of detectable warning surfaces
I 8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
I (April 3, 2017 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
The Contractor shall meet the requirements depicted in the Contract documents. Using
Ithe information provided in the Contract documents, the Contractor shall layout, grade,
and form each new curb ramp, sidewalk, and curb and gutter.
I
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following:
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall
I 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
Ishall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-87 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
The Contractor mayprovide suitable vibratingfinishers for use in finishingconcrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City. ,
All completed work shall be so barricaded as to prevent damage. Any damaged
sections shall be removed and replaced at the Contractor's expense. Landscaped areas
disturbed during construction shall be restored to original condition at the Contractor's
expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on
the Plans.
8-14.3(5) Detectable Warning Surface
(April 12, 2018 CFW GSP)
Section 8-14.3(5) is supplemented with the following:
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt
surfaces shall be liquid-applied Vanguard ADA Systems, or approved equal.
8-14.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-14.4 is supplemented with the following:
Cement Conc. Sidewalk will be measured by the square yard.
Cement Conc. Curb Ramp Type 1 Parallel will be measured per each.
Cement Conc. Curb Ramp Type 2 Parallel will be measured per each.
Cement Conc. Curb Ramp Type Perpendicular will be measured per each.
Cement Conc. Curb Ramp Type Single Direction will be measured per each.
MMA-Style Truncated Dome Detectable Warning Surface will be measured per square
feet.
8-14.5 Payment
(April 12, 2018 CFW GSP) •
Section 8-14.5 is supplemented with the following:
"Cement Conc. Sidewalk", per square yard.
"Cement Conc. Curb Ramp Type 1 Parallel", per each.
"Cement Conc. Curb Ramp Type 2 Parallel", per each.
"Cement Conc. Curb Ramp Type Perpendicular", per each.
"Cement Conc. Curb Ramp Type Single Direction", per each.
"MMA-Style Truncated Dome Detectable Warning Surface", per square feet.
The unit contract price for the above, including all incidental work, and shall be full
compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete
the work.
8-20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS. ELECTRICAL
8-20.1 Description
Section 8-20.1 is replaced with the following:
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT ,
2019 SP-88 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
i
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications and Standard Plans included herein and the following Special Provisions.
Work shall include the supply, testing, and installation of loop detectors.
I
The work involves, but shall not be limited to, the following:
1. Loop detection
I2. Conduit and wire
I3. Pedestrian Push Buttons
The existing traffic signal system shall be kept in full operation during construction until the
new system is in place and ready for turn-on.
I8-20.1(1) Regulations and Code
(March 13, 2012 CFW GSP)
I
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.
I8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP)
The following is added at the end of the first paragraph of this section:
I National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
I 8-20.1(3) Permitting and Inspections
(April 12, 2018 CFW GSP)
Section 8-20.1(3) is supplemented with the following:
I 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.
I8-20.2 Materials
Section 8-20.2 is supplemented with the following:
I (March 13, 2012 CFW GSP)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
IBedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications).
I8-20.2(1) Equipment List And Drawings
(January 26, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
I
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.
I Manufacturer's technical information shall be submitted for signal, Safe City
Cameras and related equipment (Pan-Tilt-Zoom, Fisheye, Bullet and License
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-89 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
Plate Reader), electrical and luminaire equipment, ail 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 '
(May 15, 2000 WSDOT NWR GSP, OPTION 2)
Section 8-20.3(1) is supplemented with the following:
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the
service cabinet, is energized within 72 hours of installation.
(October 31, 2005 WSDOT NWR GSP, OPTION 5)
Section 8-20.3(1) is supplemented with the following:
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) '
Section 8-20.3(1) is supplemented with the following:
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)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
1. Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
2. Remove elbow sections of abandoned conduit entering junction boxes or '
as directed by the Engineer.
3. Abandoned conduit encountered during excavation shall be removed to
the nearest outlets or as directed by the Engineer.
4. Remove foundations entirely, unless the Plans state otherwise. '
5. Backfill voids created by removal of foundations and junction boxes.
Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-90 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
(November 14, 2014 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
' Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
' City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
' Removed signal and electrical equipment which remains the property of the City
shall be delivered to:
King County Signal Shop
' Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
Forty eight(48)working hours advance notice shall be communicated to both the
Engineer and the Signal Technician at the address listed above. Delivery shall
' occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday.
Material will not be accepted without the required advance notice.
' The Contractor shall be responsible for unloading the equipment where directed
by the Engineer or Signal Tech at the delivery site.
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
(January 8, 2013 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
' illumination system. Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
' pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an
' approved manner. The trench bottom shall be graded to provide a uniform
grade.
2. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing
' pavement section, whichever is greatest. The asphalt concrete surface
cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved
equal immediately before resurfacing, applied to the entire edge and full
depth of the pavement cut. Immediately after compacting the new asphalt
' surface to conform to the adjacent paved surface, all joints between new
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-91 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
and original pavement shall be filled with joint sealant meeting the
requirements of Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified. '
4. Trenches for Schedule 40 PVC conduits to be located within the right-of-
way and outside the traveled way shall have a minimum of twenty-four
inches (24") cover over conduits. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with bank run gravel unless the
Engineer determines that spoils from the trench excavation are suitable for
backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surrounding ground, including a
matching depth of top soil, mulch and/or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible. '
Backfill shall be carefully placed so that the backfilling operation will not disturb
the conduit in any way. The backfill shall be thoroughly mechanically tamped in
eight-inch (8") layers with each layer compacted to ninety-five percent (95%) of
maximum density in traveled ways, and ninety percent (90%) of maximum
density elsewhere at optimum soil moisture content. '
Bank run gravel for backfill shall conform to Section 2.01 of the Standard
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the
public. '
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(April 12, 2018 CFW GSP)
Section 8-20.3(2)is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and
the City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-92 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
I exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all
utilities may be shown on the plans.
IThe Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
I foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of
the Engineer for resolution.
I The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
i I If a conflict is identified, the Contractor shall contact the Engineer.The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes.
I The Contractor shall get approval from the Engineer prior to installation. The
Contractor may consider changing depth or alignment of conduit to avoid utility
conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the
I surface by the various utility companies. If a conflict is identified, the following
process shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
Ithe foundation,junction box, vault or conduit trench. •
2. If an adequate alternate location is not obvious for the underground work,
I select a location that may be acceptable and pothole to determine the
exact location of other utilities. Potholing must be approved by the
Engineer.
I 3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
IThe Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
I 8-20.3(4) Foundations
(December 18, 2009 CFW GSP)
Section 8-20.3(4) is supplemented with the following:
I Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
Ithe bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
I
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-93 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where
the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the
pad shall be flush with the sidewalk. A construction joint shall be provided
between the two units.
The foundation for the controller and service cabinets shall conform to the detail
on the Plans. Conduits shall be centered horizontally except service conduit,
which shall be placed at the side of the power panel.
Foundations for Type I traffic signal poles shall conform to Standard Plan J-
21.10-01.
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans.
Foundations for streetlight poles shall conform to City of Federal Way Drawing '
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.3(5)Conduit
8-20.3(5)A General
(March 16, 2011 CFW GSP)
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot-dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall
be approved by the Engineer prior to starting work. The recommended
owner/type abbreviations are:
PSE—Puget Sound Energy
QW EST—Qwest
COMCAST(AT&T)/C—Cable '
COMCAST(AT&T)/F—Fiber
SIC—City Signal Interconnect
City Spare—Cityspares
p
Cobra—COBRA luminaire system
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-94 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
I placed, in the joint
Traffic signal interconnect shall be wherever feasible, �
utility trench being constructed under this contract (if applicable). This
I
work shall be coordinated with the other utilities to ensure a 2" minimum
conduit is provided solely for the traffic signal interconnect. Conduit size
shall be verified with City Traffic Engineer prior to installation.
I8-20.3(5)B Conduit Type
(March 16, 2011 CFW GSP)
I Section 8-20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
IWhenever PVC conduit is used a ground wire shall be provided.
8-20.3(5)E3 Boring
I (October 16, 2006 WSDOT NWR, OPTION 1)
Section 8-20.3(5)E3 is supplemented with the following: .
In addition to the requirements for boring with casing, the Contractor shall submit
to the Engineer for approval a pit plan and a proposed method of boring that
includes, but is not limited to, the following:
1) A pit plan depicting:
I a) Protection of traffic and pedestrians.
b) The dimension of the pit.
c) Shoring, bracing, struts, walers or sheet piles.
d) Type of casing.
' 2) The proposed method of boring, including:
a) The boring system.
b) The support system.
Ic) The support system under and at the bottom of the pit.
The shoring and boring pit plan shall be prepared by and bear the seal and
I
signature of a Washington State licensed Professional Civil Engineer.
Installed casing pipe shall be free from grease, dirt, rust, moisture and any other
deleterious contaminants.
ICommercial concrete meeting the requirements of Section 6-02.3(2)B may be
used to seal the casing.
I8-20.3(6)Junction Boxes, Cable Vaults, and Pull Boxes
(March 13, 2012 CFW GSP)
I Section 8-20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer,junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
Ishoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-95 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils. '
Junction boxes, cable vaults and pull boxes which are placed within the sidewalk
shall have slip resistant lids which meet the requirements of Americans with
Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline
(PROWAG). Approved products are:
1.) Mebacl (their most aggressive surface) manufactured by IKG Industries
2.) SIipNOT Grade 3-coarse manufactured by W.S. Molnar Company.
All streetlight junction boxes not placed in the sidewalk shall be placed
immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if
adjacent to roadway)to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than
0.6 and have a proven track record of outdoor application which lasts for at least
10 years.
Wiring shall not be pulled into any conduit until all associated junction boxes
have been adjusted to, or installed in, their final grade and location, unless
installation is necessary to maintain system operation. If wire is installed for this
reason, sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8)is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10-01. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30-01. Junction boxes shall be inscribed based upon system
per WSDOT Standard Plan J-40.30.01. Junction box lids and frames shall be
grounded per Section 8-20.3(9).
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30-01.
Communications/fibers vaults shall be provided for the purpose of storing slack
cabling and installing splice enclosures. The location of all communication vaults
shall be as indicated on the Plans and shall be field verified by the Contractor.
Communication/fibers vaults shall be configured such that the tensile and
bending limitations of the fiber optic cable are not compromised. Vaults shall be
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-96 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
ill
Iconfigured to mechanically protect the fiber optic cable against installation force
as well as inert forces after cable pulling operations.
IWhere indicated in the Plans, new vaults shall be installed as described herein
and shown in the Plans. The Contractor shall furnish and install racking hardware
for cable storage in all new vaults and in all existing vaults where cable storage is .
I identified on the plans. The Contractor shall secure and store the cable in the
racking hardware per manufacturer's instruction.
I Fiber vaults shall be installed in accordance with the following:
1. All openings around conduits shall be sealed and filled with grout to
prevent water and debris from entering the vaults or pull boxes. The
Igrout shall meet the specifications of the fiber vault manufacturers.
2. Backfilling around the work shall not be allowed until the concrete or
mortar has set.
I3. Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
Iinstallation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
I manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic bearing lids shall be raised to final grade using ring risers to
raise the cover only. All voids created in and around the vault while
adjusting it to grade shall be filled with grout.
I5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
I6. All existing conduits will need to be open and exposed for access within
the vault. Care shall be taken to identify which conduits have existing
I cables. All conduits will extend 2 inches within the vault walls. At the 2-
inch mark the excess conduit on the existing structure will need to be
removed and all cables exposed.
I7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
I course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the
existing conduits are at a minimum of 4 inches above the top of the floor.
, I If the existing conduits contain existing cables, the new vault will need to
be bottomless to allow the existing conduit and cable to be routed into the
new vault.
1 8-20.3(8)Wiring
(March 13, 1995 WSDOT NWR, OPTION 2)
Section 8-20.3(8) is supplemented with the following:
I
Wire Splices
All splices shall be made in the presence of the Engineer.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-97 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
(May 1, 2006 WSDOT NWR, OPTION 3)
Section 8-20.3(8) is supplemented with the following:
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
(March 6, 2012 CFW GSP)
Section 8-20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall
bear the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWGP ole and bracket cable.
(March 6, 2012 CFW GSP)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved
mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire. '
Connectors will be copper and sized for the wire. Mastic splice material will be
centered on the wire and folded up around both sides and joined at the top.
Splice will then be worked from the center outward to the ends. The ends will be
visible and fully sealed around the wire. The end of the lead-in cables shall have
the sheathing removed 8 inches and shall be dressed external to the splice.
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting
connector kits. Installation shall conform to details in the Standard Plans.
1
1
1
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-98 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
IThe following is inserted between the 11th and 12th paragraphs of this section:
Field Wiring Chart(IMSA Standards)
501 +Input 506 AC+Control 511 Remote-All Red
I502 AC- 507 AC+Crosswalk 512-520 Special
503 AC+Lights 508 AC+Detectors 551-562 Interconnect
504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption
I
505 AC+Lights 510 Remote-Flash
Phases 1 2 3 4 5 6 7 8 A B
I Emergency Orange(B+) 581 584 587 590
Vehicle Yellow(Call) 582 585 588 591
Preemption Blue (BB) 583 586 589 592
IRed 611 621 631 641 651 661 671 681 691 601
III Orange 612 622 632 642 652 662 672 682 692 602
Vehicle Green 613 623 633 643 653 663 673 683 693 603
Heads Black 614 624 634 644 654 664 674 684 694 604
I
White 616 626 636 646 656 666 676 686 696 606
(Common)
Red (Hand) 711 721 731 741 751 761 771 781 791 701
Green (Man) 712 722 732 742 752 762 772 782 792 702«
Pedestrian White (Common 716 726 736 746 756 766 776 786 796 706
I
Heads and for Lights)
Orange
PPB 714 724 734 744 754 764 774 784 794 704
(Push button)
Black(Common 715 725 735 745 755 764 775 785 795 705
for Push button)
Loop 1 811 821 831 841 851 861 871 881 891 801
Loop 1 812 822 832 842 852 862 872 882 892 802
Loop 2 813 823 833 843 853 863 873 883 893 803
Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804
Detectors Loop 3 815 825 835 845 855 865 875 885 895 805
I
Loop 3 816 826 836 846 856 866 876 886 896 806
Loop 4 817 827 837 847 857 867 877 887 897 807
Loop 4 818 828 838 848 858 868 878 888 898 808
I
Loop 1
Loop 1 911 921 931 941 951 961 971 981 991 901
912 922 932 942 952 962 972 982 992 902
Vehicle Loop 2 913 923 933 943 953 963 973 983 993 903
I Detectors/ Loop 2
Count Loop 3 914 924 934 944 954 964 974 984 994 904
915 925 935 945 955 965 975 985 995 905
Loops Loop 3 916 926 936 946 956 966 976 986 996 906
Loop 4 917 927 937 947 957 967 977 987 997 907
I
Loop 4 918 928 938 948 958 968 978 988 998 908
8-20.3(9) Bonding, Grounding
I (August 21, 2006 WSDOT NWR)
Section 8-20.3(9) is supplemented with the following:
Where shown in the Plans or where designated by the Engineer, the metal frame
I
and lid of existing junction boxes shall be grounded to the existing equipment
grounding system. The existing equipment grounding system shall be derived
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-99 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
from the service serving the raceway system of which the existing junction box is
a part.
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
junction boxes and anymodified existingjunction boxes. For the purposes of this
P P
section, a box shall be considered "modified" if new current-carrying conductors
are installed, including low-voltage conductors. '
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department
of Labor and Industries standards, and shall be grounded so that the ground will
not break when the lid is removed and laid on the ground next to the junction
box.
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, 3/-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(14)A Signal Controllers
(December 18, 2009 CFW GSP)
Section 8-20.3(14) is supplemented with the following:
The new signal controller and cabinet shall conform to all of the sections and
requirements within and under the Sections and Sub Sections of 9-29.13 Traffic
Signal Controllers within the Standard Specifications and these Special Provisions.
Signal controller and cabinet shall be tested by King County at their shop located
at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver
the controller and cabinet to the shop and shall pick up the units at the end of
the test period, deliver to the job site, and install.
8-20.3(14)C Induction Loop Vehicle Detectors
(January 31, 2014 CFW GSP)
Item 2 and the last two sentences of Item 4 are deleted.
Item 5 of this section is deleted and replaced with the following:
5) Each loop shall have 3 turns of loop wire.
Item 11 of this section is deleted and replaced with the following:
11) The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over
the properly filled sawcut within five minutes after installation without cracking
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-100 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Iof material. The encapsulement shall form a surface skin allowing exposure
to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to
a tough rubber-like consistency within two to seven days after installation.
I
Properly installed and cured encapsulement shall exhibit resistance to
defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions,
brake fluid, deicing chemicals and salt normally encountered in such a
manner that the performance of the vehicle detector loop.wire is not
L
I adversely affected.
I Section 8-20.3(14)C is supplemented with the following:
One-quarter-inch (1/4") saw cuts shall be cleared of debris with compressed air
before installing three turns of loop wire. All detector loops shall be
I 6-foot-diameter circle with diagonal mini-cut corners (no 90 degree corners) of
not more than 1-inch on the diagonal. From the loops to the junction box, the
loop wires shall be twisted two turns per foot and labeled at the junction box in
accordance with the loop schematics included in these Plans. A 3/8-inch saw cut
will be required for the twisted pair. No saw cut will be within 3 feet of any
manhole or utility risers located in the street. Loops and lead-ins will not be
installed in broken or fractured pavement. Where such pavement exists it will be
I replaced in kind with minimum 12-foot sections. Loops will also not be sawed
across transverse joints in the road. Loops to be placed in concrete will be
in full panels, a minimum 18 inches from any expansion joint.
Ilocated
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of
I five working days in advance of pavement removal in the loop areas. The
Contractor shall install and maintain interim video detection until the permanent
systems are in place. The interim video detection shall be operational
simultaneously with decommission of the existing pavement loops.
not identified in the Plans'as
If the Engineer suspects that damage to anyloop, o
9 p 9
being replaced, may have resulted from Contractor's operations, the Engineer
I
may order the Contractor to perform the field tests specified in Section 8
20.3(14)D. The test results shall be recorded and submitted to the Engineer.
Loops that fail any of these tests shall be replaced.
' Loops that fail the tests, as described above, and are replaced shall be installed
p
in accordance with current City of Federal Way design standards and Standard
Plans, as determined by the Engineer.
I
If traffic signal loops that fail the tests, as described above, are not replaced and
I operational within 48 hours, the Contractor shall install and maintain interim video
detection until the replacement loops are operational. The type of interim video
detection furnished shall be approved by the Engineer prior to installation.
I 8-20.3(14)D Test for Induction Loops and Lead-in Cable
(October 5, 2009 WSDOT NWR—OPTION 3)
Section 8-20.3(14)D is supplemented with the following:
' Existing Lead-in Cable Test
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-101 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
When new induction loops are scheduled to be installed and spliced to an ,
existing two-conductor shielded detector lead-in cable, the Contractor shall
perform the following:
1. Disconnect the existing detector lead-in cable in the controller cabinet and
at the loop splice.
2. Megger test both detector lead-in cable conductors. A resistance reading
of less than 100-megohms is considered a failure.
3. Detector lead-in cables that fail the test shall be replaced and then
retested.
4. After final testing of the detector lead-in cable, the loop installation shall
be completed and the loop system tested according to Tests A, C and D.
Connect the detector lead-in cables in the controller cabinet.
(October 5, 2009 WSDOT NWR—OPTION 4) '
Section 8-20.3(14)D is supplemented with the following:
Existing Loop Test
When two-conductor shielded detector lead-in cable is scheduled to be installed
and spliced to an existing loop, the Contractor shall perform the following:
1. Disconnect the existing loop from the detector lead-in splice.
2. Megger test the existing loop wire. A resistance reading of less than 100-
megohms is considered a failure.
3. Loops that fail the test shall be replaced and then retested.
4. After the final testing of the loops, the detector lead-in cable installation
shall be completed and the loop system tested according to Tests A, C
and D.
(March 31, 2012 CFW GSP)
Section 8-20.3(14)D is supplemented with the following:
Test A — The resistance shall not exceed values calculated using the given
formula.
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms/ 1000 ft
R= 3.26 x distance of lead-in cable(ft)
1000 ft
Test B and Test C in this section are deleted and replaced with the following: '
Meggar readings of the detection wire to ground shall read 200 megohms at the
amplifier connection. The 200 megohms or more shall be maintained after the
splices are tested by submerging them in detergent water for at least 24 hours.
The tests will be conducted with County personnel at the request of the
Contractor. All costs incurred to meet this minimum standard will be the
responsibility of the Contractor.
8-20.3(18) Pedestrian Pushbuttons
8-20.3(18)A Materials '
Section 8-20.3(18)A is supplemented with the following:
The Pedestrian Pushbutton and Foundation shall consist of the following components:
1. Foundation, including excavation, haul, and forms
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-102 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
I2. Pole assembly and hardware
3. Pushbutton and sign assembly
4. Trenching, installation of new conduits, backfill, and surface restoration.
5. Wiring and enclosures
8-20.3(181B Construction Requirements
ISection 8-20.3(18)A is supplemented with the following:
The Contractor shall remove and replace Campbell Company's Accessible Pedestrian
IPushbuttons for the following locations.
SW Corner of 1st Ave S and SW 356th St
I 1. Construct 1 new foundation and pole and install 1 new Pedestrian Push Button
', (PPB) per WSDOT Standard Plan J-20.10-03, Plan sheet A02 and Detail sheet A10.
2. Remove and dispose 1 existing Pedestrian Push button from traffic signal pole.
I SW Corner of 1St Ave S and S 356th St
3. Construct 1 new foundation and pole and install 1 new Pedestrian Push Button
(PPB) per WSDOT Standard Plan J-20.10-03, Plan sheet A02 and Detail sheet A11.
1 4. Remove and dispose 1 existing Pedestrian Push button from traffic signal pole.
The Contractor shall provide and install accessible pedestrian pushbuttons as shown on the
' plans. The position of the accessible pedestrian pushbuttons shall be aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve; however, final
positioning for the optimum effectiveness shall be approved by the Engineer.
I
The sign legend to be used shall be sign designation R62e as shown in the Standard Details
and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non-corrosive
stainless steel.
I
The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s)shall
operate at a temperature range of-35C to 85C. Power requirements shall be 120 VAC, 60 Hz
' (100 ma, typical +1-20%).
8-20.4 Measurement
Section 8-20.4 is supplemented with the following:
I "Pedestrian Pushbutton and Foundation"will be measured by lump sum.
"Detector Loop"will be measured by each.
I8-20.5 Payment
(April 12, 2018 CFW GSP)
I
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following:
"Detector Loop", per each.
' "Pedestrian Pushbutton and Foundation", per lump sum.
The contract bid price for the above, including all incidental work, and shall be full
I
compensation for all labor, materials, tools, and equipment necessary to satisfactorily
complete the work.
ICITY OF FEDERAL WAY ' 2019 ASPHALT OVERLAY PROJECT
2019 SP-103 RFB#19-001
1 CFW SPECIAL PROVISIONS VER.2018.12
The unit contract price per lump sum for "Pedestrian Pushbutton and Foundation" shall
be full compensation for full and complete installation including foundation construction
and restoration, acquisition and installation of pole, base and hardware, push-button,
controller, wiring, and signs such that the installed unit is fully operational per this
specifications.
The unit contract price for "Detector Loop" shall be full compensation for full and '
complete installation including wire, sealant and all other labor, materials, tools and
equipment required to complete the installation in accordance with the Plans,
specifications, and Standard Plans. The unit price shall also include providing and
installing loop home runs, conduit stub-outs, and soldered splices. Sawcutting shall be
considered incidental to the loop installation. Payment shall not be made for this item
until the loop is fully functional as determined by the Engineer.
SECTION 8-21 PERMANENT SIGNING
8-21.1 Description ,
(March 13, 2012 CFW GSP)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installation and removal, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way
Standard 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 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(1) Location of Signs '
Section 8-21.3(1) is replaced with the following:
Sign is located in the plans by reference to a general stationary monument and
shown an estimated distance for installation and placement. No survey stations are
provided, but dimensions are shown. These are tentative locations, subject to
change by the Engineer, and shall be field verified by the inspector prior to
installations. Timber posts and break away pole lengths shall be per the plan details.
Sign heights shall be per the plan details.
8-21.4 Measurement '
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"R9-3A Sign and Post"will be measured on a lump sum. '
8-21.5 Payment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-104 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
"R9-3A Sign and Post", per lump sum.
The unit contract price per lump sum for"R9-3A Sign and Post"will be full compensation for the
I
costs of all labor, tools, equipment, and materials necessary or incidental to furnishing, installing
signs and posts as shown in the Plans.
SECTION 8-22 PAVEMENT MARKING
8-22.1 Description
I (December 18, 2009 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-
01.
8-22.2 Materials
I (October 23, 2014 CFW GSP)
Section 8-22.2 Sentence#3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
ISection 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
I
9-34.4.
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP)
I Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
I
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
I 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.
IThe 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,
Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for
i1 I this Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip
I 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
I
and double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-105 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
Paint lines shall be provided for temporary pavement marking conditions not applicable
for reflective tape.
All costs in connection with the use of(placement and removal) reflective traffic tape as
temporary pavement markings shall be incidental to other bid items. All costs for paint
lines and reflective pavement markers used for temporary traffic control 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)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. '
8-22.3(3)G Glass Beads
(March 13, 2012, CFW GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight(8)to ten (10)
pounds per one hundred square feet. '
Bonded core elements shall be applied to Type D markings at a rate of ten (10)
grams per four(4)inch wide by one (1) linear foot of marking.
8-22.3(6) Removal of Pavement Markings
(April 12, 2018 CFW GSP)
Section 8-22.3(6) is supplemented with the following: ,
All pavement markings, including, but not limited to: paint, lane markers, traffic
buttons, plastic markings, and adhesive residue shall be removed prior to
overlay. This work shall be incidental to other bid items of the contract, and no
separate payment will be made.
8-22.4 Measurement
(December 13, 2012 CFW GSP)
Section 8-22.4 is supplemented with the following:
Removal of Pavement Markings will not be measured.
8-22.5 Payment
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows:
"Paint Line", per linear foot.
"Painted Wide Line", per linear foot.
"Painted Bicycle Lane Symbol", per each.
"Profiled Plastic Line", per linear foot.
"Plastic Edge Line", per linear foot.
"Profiled Plastic Wide Line", per linear foot.
"Plastic Crosswalk Line", per linear foot.
"Plastic Stop Line", per linear foot.
"Plastic Traffic Arrow", per each.
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-106 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
IThe unit contract price for the above, including all incidental work, and shall be full
compensation for the costs of all labor, tools, equipment, and materials necessary or incidental
to removing all types of markings and disposing of offsite.
8-23 TEMPORARY PAVEMENT MARKINGS
Section 8-23 is supplemented with the following:
IAll costs in connection with the use of reflective traffic tape as temporary pavement
markings shall be incidental to other bid items. All costs for paint lines and reflective
I
pavement markers used for temporary traffic control shall be paid under other bid items.
Temporary Pavement Markings
Temporary pavement markings shall be installed and maintained by the Contractor
I 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
I Engineer prior to installation of the temporary pavement markings. The temporary
pavement markings shall be installed and maintained to the satisfaction of the Engineer
until the permanent pavement markings are installed and approved in writing by the
I Engineer. After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern
I based on a 10-foot unit consisting of a 1 foot line of tape and a 9-foot gap, unless otherwise
specified in the Plans or in the Special Provisions for this Contract. Reflective traffic tape
markings shall generally follow the alignment for the permanent pavement markings and
I double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than 2 weeks without the written approval of the Engineer.
IThe Contractor shall provide paint lines per Sections 8-22 and 9-34, and RPMs per
Sections 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings
for construction staging. Paint lines shall be provided for temporary pavement markings for
I any conditions not applicable for reflective tape. Paint lines and RPMs for temporary
pavement markings shall be paid under"Paint Line" and "Raised Pavement Marker Type 2".
Temporary pavement marking shall be per Section 5-04.3(17)of these Special Provisions
8-23.4 Measurement
I Section 8-23.4 is modified and replaced with the following:
Temporary Raised Pavement Markers will not be measured.
Temporary Pavement Marking will not be measured.
I8-23.5 Payment
Section 8-23.5 is supplemented with the following:
I "Temporary Pavement Marking", incidental to pavement markings.
END OF DIVISION 8
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-107 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
DIVISION 9
MATERIALS
9-03 AGGREGATES '
9-03.12 Gravel Backfill
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on-site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent
dry of optimum as determined in accordance with Section 2-03.3(14)D. The
material shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non-rainy periods and should be
removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to
drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90— 100
2" square 75 - 100
U.S. No. 4 50 -80
U.S. No. 40 50 max.
U.S. No 200 25 max.1
For geosynthetic reinforced walls or slopes, 100percent passing 11/4-
inch square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT I
2019 SP-108 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.1 Topsoil
9-14.1(1) Topsoil Type A
' (April 12, 2018 CFW GSP)
Section 9-14.1(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
' loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
' Refer to Section 9-14.4(8) of the Standard Specifications for compost
requirements. No fresh sawdust or other fresh wood by-products shall be added
to extend the volume after the composting process.
' Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
' Conductivity 5 mmhos/cm Maximum
9-14.6(8) Sod
(April 12, 2018 CFW GSP)
Section 9-14.6(8) is supplemented with the following:
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
' degradable netting, or approved equal.
SECTION 9-18 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
' 9-18.3 Vacant
(December 12, 2012 CFW GSP)
' Section 9-18.3 is deleted and replaced with the following new Section:
9-18.3 Block Traffic Curb
In construction of the block traffic curb, the Contractor shall have the option of using
either length block shown in the plans, provided the same length block is used
' throughout the entire project.
The curb units shall be made from portland cement and high quality sand and gravel, the
proportions of which will be left to the discretion of the producer as long as the unit
develops a minimum compressive strength of 1,600 psi at 28 days when tested for end
loading.
1
' CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-109 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
1
The proportions of sand, gravel, and cement, the type of forms used, and the method of
compacting the concrete in the forms shall all be such that as dense, smooth, and
uniform a surface as is practicable for a concrete masonry unit is obtained on the
finished curb units. The faces that are to be exposed shall be free from chips, cracks, air
holes, honeycomb, or other imperfections except that if not more than 5 percent of the
curb units contain slight cracks, small chips not larger than 1/2 inch, or air holes not more
than %2 inch in diameter or depth, this shall not be deemed grounds for rejection. The
units used in any contiguous line of curb shall have approximately the same color and
PP Y
surface characteristics.
SECTION 9-21 RAISED PAVEMENT MARKERS (RPMI '
9-21.2(1) Physical Properties
(March 13, 2012 CFW GSP)
Section 9-21.2(1) is supplemented with the following:
Type 2 raised pavement markers shall NOT be ceramic.
SECTION 9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(January 8, 2013 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except
for parking regulation, parking prohibition signing and signs of fluorescent yellow color
shall be constructed with Type Ill Glass Bead Retroreflective Element Material sheeting
in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a
retro reflection rating of 250 candelas/foot candle/square foot for white-silver sheeting
111
with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This
high intensity sheeting shall be Type Ill sheeting or greater. All street name (D-3) sign
sheeting shall meet this specification. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
(S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12
of the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series)signs of fluorescent yellow color. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. The reflectivitystandard of supplemental plaques shall match that
of the primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-110 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
I (January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following:
IMaximum Dimension Blank
Thickness
Less than 30 inches 0.080 inches
I
Greater than 30 inches, less than 48 0.100 inches
inches
Greater than 48 inches 0.125 inches
ISection 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
I 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
I
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.
I9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
I
Section 9-28.9 is deleted in its entirety.
9-28.14 Sign Support Structures
I W(December 18, 2009 CFGSP)
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.
II I 9-28.14(1) Timber Sign Posts
(December 18, 2009 CFW GSP)
I Section 9-28.14(1) is supplemented with the following:
All ground-mounted sign posts shall use pressure treated hem-fir wood
posts unless approved otherwise by the Engineer. All wood posts shall be
I . 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.
ISECTION 9-29 ILLUMINATION. SIGNAL. ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
I (June 5, 2000 WSDOT NWR)
Section 9-29.1 is supplemented with the following:
Conduit Coatings
I Conduit fittings for steel conduit shall be coated with galvanizing repair paint in
the same manner as conduit couplings. Electroplated fittings are not allowed.
I Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape
with a minimum 1-inch overlap for 12 inches on each side of the concrete face.
Pipe wrap tape shall be installed per the manufacturer's recommendations.
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-111 RFB#19-001
1 CFW SPECIAL PROVISIONS VER.2018.12
1
(October 23, 2014 CFW GSP)
Fiber optic cable conduit shall be supplied as a system from a single
manufacturer providing all of the conduit, all required fittings, termination and
other installation accessories; all in accordance with the Contract Documents.
9-29.1(1) Rigid Metal Conduit. Galvanized Steel Outerduct. and Fittings
(August 10, 2009 WSDOT NWR)
Section 9-29.1(1) is supplemented with the following:
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following:
1. Tyco Electronics-TDUX
2. Jackmoon—Triplex Duct Plugs
3. O-Z Gedney—Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances
(August 10, 2009 WSDOT NWR)
Section 9-29.1(2) is supplemented with the following:
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type
304 stainless steel. ,
9-29.2 Junction Boxes. Cable Vaults and Pull Boxes
9-29.2(1)A Standard Duty Junction Boxes '
(April 12, 2018 CFW GSP)
Section 9-29.2(1) is supplemented with the following:
Concrete Junction Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with
Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse
as manufactured by W.S. Molnar Co. Where the exposed portion of the
frame is 1/2 inch wide or less the slip-resistant treatment may be omitted
on that portion of the frame. The slip-resistant lid shall be identified with
permanent marking on the underside indicating the type of surface
111
treatment ("Ml" for Mebac 1; or "S3" for SlipNOT Grade 3-coarse) and
the year manufactured. The permanent marking shall be 1/8 inch line
thickness formed with a mild steel weld bead.
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
(April 12, 2018 CFW GSP)
Section 9-29.2(2)A is supplemented with the following:
Both the slip-resistant lid and slip-resistant frame shall be treated with
Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-coarse
as manufactured by W.S. Molnar Co. Where the exposed portion of the I
frame is 1/2 inch wide or less the slip-resistant treatment may be omitted
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-112 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Ion 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 SIipNOT Grade 3-coarse) and
I the year manufactured. The permanent marking shall be 1/8 inch line
thickness formed with a mild steel weld bead.
I 9-29.2(5)E Fiber Vaults
(March 15, 2012 CFW GSP)
Section 9-20.2(5)E is a new section:
I Where fiber vaults are called for on the Drawings, the Contractor shall
provide pre-cast utility vaults meeting ASTM C 478 with twenty-eight(28)
day 5500 psi minimum compressive strength concrete and designed for
H-20 loading unless otherwise indicated on the Drawings.
IThe communications/fibers vault, shall be a type 444-LA manufactured by
Pa , . a , P
cableOldcastle vault perrecstWSDOTIncor Standardapproved PlanequivJ.90lent.10or andaWSDOT J.90.20. ull TheBox fiber
I
vaults are to be provided with a racking hardware package for cable
storage and mounting of the splice case. The vault cover shall have a
Ibolt-down, non-skid surface and a ground strap.
Fiber vaults shall contain a splice enclosure.
I
Fiber Optic Splice Closure shall be a Coyote Closure manufactured by
Preformed Line Products or equivalent, shall be suitable for both vault
and aerial applications, and shall meet the following requirements:
I 1. Be made of two injection-molded high-density thermoplastic
shells, be 22 inches in length and 6 inches in diameter, and have
capacity to store up to four splice trays.
I 2. Each splice case shall have two end plates; one end plate shall
have no ports, the other endplate shall consist of a three section
end plate with six ports - two 3/4-inch ports and four 7/8-inch
I ports. Each unused port shall have a grommet installed. The end
plates shall be durable glass-filled high-density thermoplastic
shells.
I
3. The splice enclosure shall be suitable for outdoor applications with
•
a temperature range of-10°C to 60°C.
4. The splice enclosure shall provide sufficient space to allow entry
of fiber optic cable without exceeding the cable minimum bending
I radius.
5. The enclosure shall protect the splices from moisture and
mechanical damage and shall be resistant to corrosion.
I 6. The enclosure shall be waterproof, re-enterable and shall have a
neoprene gasket sealing system to prevent water from entering.
7. The enclosure shall permit selective splicing to allow one or more
I fibers to be cut and spliced without disrupting other fibers.
8. The enclosure shall have strain relief for the cable to prevent
accidental tension from disturbing the splices.
9. Each splice tray will be able to store 36 splices securely. Each
I splice shall be individually mounted and mechanically protected
on the splice tray. Vinyl markers shall be supplied to identify each
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-113 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
fiber spliced within the enclosure.
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
(December 13, 2012 CFW GSP)
Section 9-29.3 is supplemented with the following:
Video cable from the camera (sensor) to the controller cabinet shall conform to
the video detection manufacturer's recommendations. ,
9-29.3(2W Detector Loop Wire
(April 12, 2018 CFW GSP)
Section 9-29.3(2)F is modified as follows:
Detector loop wire shall use 14 AWG stranded copper conductors, and
shall conform to IMSA Specification 51-7, with cross-linked polyethylene
(XLPE) insulation encased in a polyethylene outer jacket(PE tube). ,
9-29.3(2)H Three-Conductor Shielded Cable
(March 13, 2012 CFW GSP)
Section 9-29.3(2)H is supplemented with the following:
Lead-in cable back to the controller for pre-emption units shall be GTT
detector 138 cable or equivalent.
9-29.3(2)1 Twisted Pair Communications Cable
(October 23, 2014 CFW GSP)
Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A.
9-29.19 Pedestrian Push Buttons
(August 1, 2012 CFW GSP)
Section 9-29.19 is deleted and replaced with the following:
The Contractor shall provide and install accessible pedestrian pushbuttons and
signs, as shown on the Plans. The position of the pedestrian pushbuttons shall
be located in a manner such that the tactile arrow is aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve;
however final positioning for the optimum effectiveness shall be approved by the
Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company
Guardian Model Advisor Guide Accessible Pedestrian Station (AGPS) or
approved equal. The station shall have a black body color and white actuator
button and shall meet the following requirements: '
SECTION 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)
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
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT I
2019 SP-114 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
I
Ielements 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.
I 9-34.4 Glass Beads for Pavement Marking Materials
(March 13, 2012 CFW GSP)
Section 9-34.4 is supplemented with the following:
IMethyl Methacrylate Pavement Markings Optics
Glass Beads
I Surface-drop glass beads shall be the "Utah Blend" with a Methacrylate compatible
coupling agent approved by the material manufacturer.
I
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Core Elements
I 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
IASTM 2176.
The bonded core reflective elements shall contain either clear or yellow tinted
I 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
I
ceramic beads bonded to the core shall have a minimum index of refraction of 2.30
when tested using the liquid oil immersion method.
I
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 Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh Micron Standard Elements "S" Series
12 1700 80-100 85-100
I
14 1410 45-80 70-96
16 1180 5-40 50-90
18 1000 0-20 5-60
I20 850 0-7 0-25
30 600 0-7
I A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of
sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid
I 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.
ICITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT
2019 SP-115 RFB#19-001
I
CFW SPECIAL PROVISIONS VER.2018.12
1
Bonded core elements shall be applied at a rate of ten (10) gramsper four(4) inch
pp ou wide
by one (1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro
reflectivity is averaged over many readings. Minimum Retro reflectivity results represent
average performance for smooth pavement surfaces. Values represent both standard
and "S" Series elements. Results may vary due to differences in pavement type and
surface roughness. Increased element drop rate may be necessary to compensate for
increased surface area characteristic of rough pavement surfaces. The initial retro
reflectance of a single installation shall be the average value determined by the
measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-
reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-
candle [mcd(ft-2Xfc-1)].
The optics incorporated into the pavement marking system shall be tested and certified ,
by an independent laboratory to meet ASTM E2177 for wet-recovery and ASTM E2176
for wet-continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of '
700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement
markings and wet-recovery (as described by ASTM 2177) reflectance value of 375
MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement
markings, and wet-continuous (as described by ASTM 2176 testing) reflectance values
of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow
pavement markings as measured with a 30 meter device approved by the Traffic
Engineering Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30
meter device approved by the Traffic Engineering Division. These readings shall be
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White Yellow
Dry(ASTM E1710) 700 500
Wet recovery(ASTM E2177) 375 280
Wet continuous(ASTM E2176) 150 125
END DIVISION 9
1
1
CITY OF FEDERAL WAY 2019 ASPHALT OVERLAY PROJECT '
2019 SP-116 RFB#19-001
CFW SPECIAL PROVISIONS VER.2018.12
' APPENDIX A
' STANDARD PLANS AND DETAILS
1
1
1
1
1
1
1
1
I
I
1
r, -o
r.
____v__-_,,---.-- N n
J.I a
0
I
I
J Y D
I
m
\r ce
v
I
Q O
o 'S 4,
me a Ce
I 1:.:,!
o r...,C W N
o
I ''''',..„.„... \II1Sh I. a
> 0 0 ao�
O Cr
S
O
I
i oa v 4
Q
w W _
8 ,, sQ
o ^ H
( I n
I
• w o n _ CT)
a w
o� n c Y
g CC CV
wwa / m
✓ 2 vi1 r- N'S
t a
flh
a- cc
!V1H 0--) v O
Q CC U
n o ziW+z Il Q p
w vi InY3 (5 a '' C ) N 4- E
I o f o fI
o m ^ I L:l( l.- ~ o
El., a Otrk :� z C-. 1
I O 4 a
a.
z vizor ry 0 j z 3
o a�� > W 3N ; O U O a
U N !a a V J W T- m
m or a m N w p- 0 >`-
O o www DM , W U C'�1
Sww o_co Z!
N U ¢= - p N 3
2 - N ri :$, LLJ
! / �I I I O
I I t
_� O 4
$U w« N
a,- wOv _ —1—Ta—
o,
—Tl
,.J O N
N
I
Q
h w m pel 1
I
��-------- I T z •
eh
1 I I o 0
\ ( I Iaz z
I
/1111 oImL
ith \
NpCL OU VwlO �WQO
W m Z
•
Z L.11i1 \‘...-11-Crw W
\ � pw \COWBVIlj
>•
1(
\ 3 I 0
w x
OCC
j CO
Z Y
—— r- 0 1- m _Z W •trl
W (3 Z 00
z < 1‘>(
C7
rn
o1 ?`1 z � oz, Z =
�¢ o O
x 0 (-5 0- "' ' / \
z1.1 a� z / amz
r Z
_ -,y ______ a . .... if) w w j
'CA•' W Vl �� d E- / ���/ �/ ;a-
CA
w>0
•
. z ~
, � Q0Q `
oaI f rDZ v ��I'.'. --- /I JO ` Q QW 00 N
w,Q2 /
co
[.::.
.7 ; Daz
__ • i� 1--
W
I Q I
•
I I 0 1-W
Y~m
I
I xvM3AI8G F .{ Ct~ QW,
Iaeo' U'
dvaanw >- o QooD_
a ct t-¢
Wm1-2 La7
I 0 2
(n Z N C W• Z N OW VU
w x w z 2a
W ¢ w W 0 O
z0 Z o O OC) Z m 0 Z Q w 3 LL Np
O a O a W W d QJ H o m 5 I
Q W O W O
pWI Z 00Z -71 O2Q V)1- 00 O Q 0 �p CO
0Q 01+-2Z Vl,} Ulo 0U CC mlr ‘0
Z�
Oo OOpp aWCO >� ox x Z CO �3
2>- 2�ww wr=-o Oix MI- o-- zw
12'7I w00 <Ww Ow I O_
x00 ix00 U>•Q (Dz LEW 1O Q ��M
o �E atom a a3 J j oz� I
M�J MWN� m1- UQ \m Z 3 V)¢O �Y
>cr M w QmZ mQ'
wI-WWaox aoo ?� oa 0 N
oa OOZI- 2p T' W wocco o=3
w Qa VIZm J o
00 0 uj W cr \ U 0 J Z /
Z w Z1Vlp Y Q O 1- Z I Q Q
_0 - J x
1=2� Onjo C4N
Z3w pj
Z-ww7= w
_i.---..
O
Zoi- �U~ zuZt
o
MU0000w 00
UwUwZO w0 f.. UW 2 t.,U 1- U 2 I- 17
QU I- O
I.Q Vl I- Q r J Z I- Vl H Q Q 0
o
Z
-0_0 Z-10<-C1- x 0 Z Z Z J Z a = 0 ��
0
zmJ zmoQ oN� OW(/l omJ z� 0 o % `�, a
�Q o1- Z Q p�
OJ0 OJ•- ." -)zp VI UIZ OJ3 -) O � p- ^!
-J J Q JW 7 //� Z� !y
V)¢7 Vl¢�-1-- z 0 Y O z Q o z m U 0 Q i- V
Z x Q z w z - m I 0 4
axo a o ¢x
<,T,0 o
d N Z d V 1 U 1 N=- H Z d r N p J
X J Q X
W<„.7
Q W a J v Q~Y J Z W a w Z Z Ti
zc4V zcr3�x Xx3a o z zxo X� o •v W¢
W ¢W 1- Q w w w H W(J w- w Q Q W Q W Q J
~ <0 Q0-�W QpK <x Qo 14-
Z
Nd
O .QO - Z _r- X
Z �r14 N�Gtlt O Mfvtcn 42W di2¢ coo I
1
N 0
f0
W .
LL
z w ('j
W Q M
z
U Q \ i
I
u �yv
U W
Z W; in
S W8 t?U
I
Q UV1 ry0 W \
6 N 9 D
/ CO
el CD cc cc
La
3 U
I 1::
e. CC
ci)
O \ CC
• o
U N n 0
I— n Q
Z •• " �' 0 W112M1 CO
I
�� ont i ; w WI w
o1:
• oN • V z= w
ce,r I- c. UCr
Z
o Z .9 a
__, z O N • J F- ES O
I
4.1
o FW
o� U .\14 • .• a W I
<4
HZw o 0
JN W w.•
Um Zr -C �� H Q' M Z/tt
v140 3003 ZO ( I , W
Z W
> .zit 9 Q
ICC
M
U
I
I II
I : 6
1 r• W
I •
fW
Et.'
0
ce
0
CO o U
O
q
U
F CJ
U = ..UN
L. ce
o m
\\, \\ O 7O
K a U o a W
�+ `—fir W Y = _ ,1-
;:c
d
C., . 8 e
U ^
.....‘: j
I
¢t J �
Nv m O Z uV
f O
.0:8_,
W
W . m
ja• in s !--
coo
I
— N H W N n
N O agtnon
NIV-,
I
N
O
N O
J_ <
Q Z
a
a M
0 I
0 ,.
/ W I
I. „9 W In ..9 c,l
{ U J { Q
;, Z Z - U ?'
Oo - II
0 w O '
to
F- Q w
O I II __•_� Z W 0
w n 0 u
•
w re M Q O F-
Yc4 1
CLI CA Z
I H J W
-
Z m
,4i O N{
2
O m 3 �Q-Qa xow
WJ aU Z= w vi .vi — a r.— u � ier1
LNm
I
a ..l am aQ
¢ m� Q > m 5 - W
o J
o a� a a 0 "'ccz D
a
m ^
�<cr a z a a�� X O W
a �¢ 00 Cr
t_1.1"
�� NQS w li. Ce ,� I
o > c=i I- o _ cWi �/
a - <x W a — ��w LL
OO OO 0 W
x w * 5 O D
a a L LL
a r '
0 iii
0C
Z
W Ca
Q
Ce
I
° U
C., - > I-
o a Z W F'
i ¢ w I coLU
co
CC
LI)2 U W
Y •• Q °
s �� a ° w
w
nN W U
Cr
a
I
• z w a W
•
CC
7 u F-
• a p cc C7 Z
I W
N
W
Q7
L.
O V Y
a a co
0 w �O
1 w � D a � I
� � � Z
a � Z
N z Z U
x U Z 1- II
u
1-
Z
I- Q
1rt7MVS w X a2
W
III
✓/ W
U < d
0 � o
P
a N
I
m
1
s -�I a-= x �Y-1 10
\ .
C.1 1.:.
� O O YI d N I, 1
al
i 46MMI
g :6-2 ....;
§ 4t.)Z rg E
al w
5 G
a. W
Ja 3 e * 0 • o 2
I
.
2 .►/L F„l
W
All �gaC- W
Z. O '6 l' by11: tn�l o o4 o Pqi
P
�i5 U to O of O N N N N N IOI.U
I s
W °�OD°t
-J z �z
I
W WE
tr co
6 _ °
orto-
" < 9 i 5thg
F < 2< N N N N Eo 16 m m to 'v % h § § § w co
V N N U
R
m V b r. i- n 4 X a 4 13 °—Jo Ci l
j d h Or i° h b b b O O P O O O ° KK • pQ�
o b N e7i v O �f9°<
8
I
Iv
o e
IO
J
m
/ . .\ 9
I
46
I
Stratne T119 441 NMVLU
- q
X N 8
\ m m ` I
\ 0 egg,fa,.... ,!e d z T m g
u3, U. x m t„ $3
\ _ .,,,,P-'4'.,3 "4 I...ga LL I.\\ \\ r �j (Y� �o,`Z,
, 4d 9y Z c p g
• \ 11 c,1 i 0 I
,\
\ 4
\N\ \
44. \ \•\
% \\ r '�
\ \ m 1 m
IV _ =\\; 3
r` b n W
. Vii\\ z
ry r
O W
J m m w
ij \ w
`�1\. K \ p
jf 8 1 WI
g e
Z 7
wY — o
mw
I2
On ; ¢ bb
wrier z 2111 illi..
�WmLL 1♦
d� W k I�W m 6y __
Zd 6
mY. v
13gil /3d Z
VeLm —.. 8
. U
O 5V
n V p ./
c. LLI
N ;1,
/
I ;
Z
..
4 I
4
Y a
to
I
C1 O Y
J
re
W y
ril
3 W CO
a O a Qa
O U p (,) O Q
r W F
2 7 �/J._
O
8N3L138 7118 A8 NW,b'NQ
I
I
w O
r
Z Z
W
a m 'A
i
w W
O
I
V CL'
z W OLLI Q
.c LLE
Y °• o i CC
1-'-Z ,
i\ � ¢ Z U W W
/ w �^ a to Q CC Z 1r O
� z o a n Li zc o EA
cl
CLLa
1.1
f V N • ¢ Q
• \/ p W w�_ N
•%• tn r •tQJQV) mQ - W
J 2 W
2I w •
Qom¢>Y �, Q� r W
0
•
La
5 V wLa LJ
w��� 3 (r)
CC < p N
//�/• w 0 O p W Q Q S v w OZ VI LL
r W
;&,,,\
U
cc crD to Ct CO
Z r W W V
-7- lL m J WW J QU Q Z JLLI
CO
cc
;�••• II
T; //f/ Zr2r0 ZpU2 J U N r U 7 0 9, Q W w Z N
Cin
U = �pZ�O N au
UCC re
.j.' xnw/ • rCC* -2 Q Q !n W W r
o f W 2 a w M 2 - z n
Sy iiji.1ii1-
I
ow¢ox w ww 7 w
01111 U!n N U W N U U �.- J
X6,0 • w
1�, \\j Z cV N1 d ai Q
•
tn
Z
<1-„,..,- \'C Z
/ L
i \
yp2zo .. Q
w
CO
° O Ce
7\. }h U
• \ = ecu
•
c a. / . by a W ao 0
4.1
tIl
(E-
(n0
W
0.o.
WK
f/ • k4 r1. /4 ,�\- b Y \i"N•
iWr QCD I
4 \ _; WQVcc , /
�. �/ �\ NV3218 30;21) U O]�37 / \\ JWWW �i N a 3
'\ 3I 04 min,
'it- .
3 /�C s ')u
2 Nv o
0 i.
.� y WN ���77j��n
_ rcU a �l
h• 2° i
Q
W� X
I
m
W
. (4W
x Z
41 o W 3 3 M
. 1 i
Z a 0 0 O O Z w Q
U < ZV W C7 w
0 O�
aN ww wwna z �z c, 0
oNWo }D m}w I- U1< 0 w en
a� ^ ma }� mw 0z a
3 ¢j z Z N ¢
P-Er i\y a W 2U¢ Oa ww O I
wpm \\ >O0 O¢W N mM N } H
;!/\\� La z J x 3 w
z 0/ta �' n N ¢w ¢~ O H COLa
•'1 ¢c(0 9 > f
> z''ja \/` r U 3 00 �w¢ri 3 w U Ino 3 o OF
3 0 • //. ; j '- d�Ixl1w �0 3 w~ ¢ Z O
ce Zwz • \ Y ¢ cT V L-1 OONN I-U ¢ =at W O
p gv��i3 �' •• •
• \%` � W ¢• O FO mQ 3 Z¢� Oa O Q x p>> (W.D w
0 V Vp-1 In r Z O d (/1 W O J r J m N C Z¢ Z
W I i• U O W N }O>Y w O ¢ a = v)
z m w N� 3¢mow m cc w ¢O - V ¢
ce
W j �Z �,• • \ a U d 2 cr
¢Z E.w Q ¢ Z m ¢ O m ¢
3 /• • • 141
3 V/ Di IJI
¢ 0 w x x fi > Q
\, U >� ¢V7 I-M
H
3e f \� CL o� .0 Jw o Cc o _
' ?� Lu O 0w Z0 Zw ¢ w w Z W CL
H J �/
v ? w i�4./\� ^, O (A:� \"s w 'I- N Z Z w z Li.
" a �i O� wz azwa ono 00 , o woV
f\\2/
� ��\ wCO0.'W G1,jM J �Occ— U Hh w U 0w 02JW / .�j 17 `\`/, Z U >- UO-1�I- O (n W W O N 1---- IO J W f WY1 VI / gW •` H-O O O O J O z W W W O W Ijj LJJ CI.F / \ Ut.1-5
QU UU¢ -J ¢H f n U U I i U 7 J cO m . 3 N cn
, ' \ aww
oi Ki v ui o � o
I
0 vi O
/ Z CO
W
/ I. Cei / . , n
Ce
L...
//:\
/ ',
z [ `
> 3. / \� 3 ; W
a \
3 p A/
I /' ''4, / p o Vi. I
i c7
re . . . . . / . t
\ . II . •. 0
/ \ W >
/ > W
I.4
Z / < g
O / b NU
/ i i4 x}
W a
a
V102.
W W#vii i i
00
: \ K
it
CO Cr
tn z ce LI'
[o
\ rn 2
F.La O O �/ O
cs, CID
.0.0
..\{;97(1114
9 %\�, O } 6 O
•
n n ! / p Q
a M
CL
Y N= UW W I
N
W
I
z
LI' '
M
I CD
I
- 53iavn
N
a
S
• o
I
3 a
Zcc
▪ 0 .z
U _Z w0
m I
3 aQO h0I jr _ _i_ _ ..., 00 Z QO NZ i
Wp' II I I � 8- o �� 000p w O
I I < iw w . S2 Y zN
ua ma -p w Q O�
I I I I W. a 1 F'
S Y Q O r V U Q
a z act wz
X a' • 0 3 �aW U
/ ,'i I �I Zw zJ G ~ ZOUN
wz Z p O�
N - -1 -
-
3 to zzZZ �— 3
gym_ Q
I.
LL, Nrl V1 Z_.O N
xd wQa LL
0� 01 000 0 3(n0 03
I
W N e7 ✓1 I.L.
O M
Z
U
I
IS3I8vn s3iavn
Ii
L
4 z
Z 1 H w w
d• U o
g
a & ----Th's--- 2x‘l r3i V Y
• 2 u, io
J
a3
1 CC cc
I. r
,,.„)
E
I $ a O
I w
I
m
o '
N O
05
w Z O
6 .
1
m
Ns
a.
i" 1
K
W
m
> z
L-0.,,
=23 1—.71 `., a Q crimu-
QO V N ^
x� D >OZ d0 w Cl.
I KNE > trZUIQ G
W �^1
a 00 OSON Q I.i
COX co Q Y I OOi N
m� N O O �/
.0 VIM ZUN_Z ' LLEt-
w Lai UQ J-d Z-
Z O N O O �_ W
o 2 - o 0 0 0 'll1 •311 ii
II
il -F
O I OOLLIa El
O V J Z
Z ZJV Q
!; H J
IF 1- �� w U <1.1n 2)<Z MCC U d.
V1UU- OWW
m UZQ _E SH'J
v� ?Z W 5-<()< /WN/ Isom
0 QQm Q Nw= 6L
O.,
(..3'..-D ~w- O
mU
i.,..)3-0
mo OQw <L,..] 10 =
I
UQ QQ= 0.'-lw�d' W
am~ mao m
ww mmZ"m J -
~SO J< ZD f \r
OOH Uctw JU V
CZ wwpn-w Z
)IlVM5SO w oOQ SS(na1-
I
r < o Cn
o. �o z _ v
_ZQ z, a¢ o�
Zw =a 2l�\ 021
• � 3W �m
W W ['Lee
II Oa
_
- 1
W. ~aV
I/
L.P.,
LI- o�... '.=lisi: UmW
C.. a tn
k. y= � _
yI
oZ ��
Ph
H
151
` W�B e.
LXY YL O
IX
z _itOI
v N
La J Y
KN N m rX
---..YL z a
0 — --t --O 320 �� a3
o I
a. O OZ Kz
-tn Ln
r oI b O
Cb
Z
o
Z 2
O WQ L
N ld H141M3d I < Z Q 1
a o- B�
W1VM341S x U� Q)
W r
w
2
V
41111114 I
I
I co
F4 Q
Z
7 O
Z t[ fV� 1
W W
m NI �Z �W�W 0 M
�Q 51 O
4:1'
in z
�O �Za�p
z IL.
!:1!!I
W Cl-
O n WU-
3w} I-co ZzJ ZOOJ
' J o o 0 �wo �WZXQ cca
7
aU �0d �XW�m G
Uua. OW 2W HJ
w� z c rn ?Q� x� �Q
I -
U
M cc up O WWa.O01-LUQJW=X N
ILIco
ce i_
JAI'_' co m
ZZIODQD
Oa�
U rwo
O1- O' Z li
I OQQ SSJd-2WOdrFcOQ� z
W
0 I—
Z cv r:
Z
I VJ
Wa
' 0
w
0
0 111111
0 CC
I
0 z
U
Q
NIVMSS02i0 O p crsii
a¢ 0
linimi
I
m 22
I'
41,444414)1INIIIM111111111111 L'22
La D
DU
I 47:7
O �'\�..i f:l '� of X Q
A... I N.. t.p -
a Q
-W < Z
Jo i d a° g O
o g w 7
oz zQ z o%z � 4 3 X mW w UN
zR '2W O w Z rU 'n JY
o,_ z ti > Y a wLL m IX
I
�m Lu
wN ¢ ¢�28 g 7Q a ILL' xW 2 2o a 3
�U UQ
Ait \i
4W mW
HX W I K �- � m�
ON CCD
Z
j
0
v� 11
wZ r1
20 zI cu
II
I Ill Ill
OQ
wa O ��
y
II QU Z WW4 6
a
d X WOW
Y w UO°
Um
w
0
Co
I
'z r
M
o
I
I
m
`" J
O O L
I Z W
Z 0
¢ Z
OT—+ E� `T �� w '''-'-r-
m
•
I
�, Z
" Z---
U
m w v _ J I Z co N Q
Z=aU I�c., M W o ,
1N�W J CI
< 0� m _
a z z o lilaw Ce
Ce
C_)
w 0 O .2G�C O W
F O
g'2 .000011111 L..1 a w 0
I Z
U4I.0^00 to Ii
/ Y
o ,, E
IX
03 I
00000000 , = I
00000000
00000000
00000000 U
00000000
00000000
00000000
- 00000000 - 0
jd .r.".Ql$. l:Zl 00000000
00000000
00000000Ne
00000000
I
V 00000000 V
00000000 �y
00000000 N
000000
V
...'4"00
I
Ylal > W O N N U w m
fI- •I I �, F Oa •--NF - a QU
/ 1Npr UIRno f N OF Oxis,x w 0: W w
q OON jze Nei.-
¢ p ]; Z?"-t.. V in rRgO
O� O viw U Vl
c z W ii
opo o�F 3�a w20 WaL ;0cE.
•.a ' o2 F aog
•
it
. ' ,/ N N S z▪0 W O w V WI
SJ NW V<▪N EUW �w2z I. . « 20, W 7
O 3� wv=i0I ��a NwZ
VJ a� ng2 �dNa� Gzsgo
CC
i • m^ �d 7� wow ZaZ�JO O Z,_wa o
3 I \5y} ny
0Z2'0 zpz Q1YU c0• ,WOO
w x ,\ QS U~V 0 3 mQ NLcz
ua: \ clz 6,.m ;N�Vf ONd 000000 0 O
�a v
W N h V N
O 2
z ,�
wi
I K
I
I
ICement Conc.
Barrier Curb
ISee Detail A, below (TYp.) (ryp.)
6' __ 6' Rami (T4
' ')
3"Shiner
r
Yp "Western Groove" (TYp•)
64,D / Saw cut 'Match Line'
I 12:1 N 12:1 ITYP.)
11
Sidewalk 00000000000000000 Sidewalk
I
00000000000000000 2
00000000000000000000
Curb/Gutter Curb/Gutter
I Dummy Joint C --w-r
Distance will vary
Center of Dummy Joint ITYP•)
I Wheel Chair Ramp DETECTABLE WARNING
as Marked in Field. PATTERN (SEE DETAIL)
18' Min.
I
25' Max.
I Cement Conc. 0.35' ±
Barrier Curb 0000011011111111111- -41111111111111111000_
fla 1 II 1 iiiii II I II I I I I I 1 I li I I I I II.H.,Iiiiiiiii11/10
-. ,....._,,:s, ,'Q ''' ,51''''
c7-,-,
DETECTABLE WARNING Top of Curb Flush
PATTERN (SEE DETAIL) with Outside Edge
� of Sidewalk
+5 1/2"
IR= 1" R= 1/2"
NOTE: CONCRETE
I
BARRRIER CURB TO BE f
ONLY USED IN RAMPS 16"
NOTED IN PLANS AS
I TYPE 2. TYPE 1 RAMPS
ARE IDENTICAL TO I . I 73/4"
I
TYPE 2 , EXCEPT THEY
DO NOT INCLUDE THE Detail A -
BARRIER CURB. Concrete
Barrier Curb
I
I DWG. NO.
PUBLIC WORKS
"°°'c� DEPARTMENT CU3RAMP WITH SIDEWALK (No planter)
I
Federal Way
I
Cement Conc. I
Barrier Curb
See Detail A, below (Typ.) (TYP.) I
6' 6' Ramp
3"Shiner Saw cut 'Match Line'
(TYPO \ / (TYPO '
f
Sidewalk 1 2:1 1' N12:1
ISidewalk t
00000000000000000
44.41 00000000000000000 Vi:��OI�.
Plante•04••rt• 00000000000000000 2 �i�`��`�. Planter
A I
Curb/Gutter , —_I_a Curb/Gutter
Dummy Joint C
DETECTABLE WARNING
Center of PATTERN (SEE DETAIL) Dummy Joint
Wheel Chair Ramp I as Marked in Field. 18, Min.
25' Max.
I
Cement Conc. 0.35' ±
Barrier Curb 111b- I
"•''o''o°•?�:o,, 0000DETECTABLE WARNING Top of Curb Flush
��Q%:''�:%'' ,., ;''�. �� PATTERN (SEE DETAIL) with Outside Edge
'��o',;000,',00;;:, aQ 00
of Sidewalk
'�"�i� �' —� -5 1/2"
R = 1" R= 1/2"
I
NOTE: CONCRETE `
BARRRIER CURB TO BE
I
ONLY USED IN RAMPS 16"
NOTED IN PLANS AS
TYPE 2. TYPE 1 RAMPS
I
ARE IDENTICAL TO —73/4"
TYPE 2 , EXCEPT THEY Detail A -
I
DO NOT INCLUDE THE Concrete
BARRIER CURB. Barrier Curb
I
PUBLIC WORKS DWG. NO. I
cnvorDEPARTMENT CUAv1P WITH SIDEWALK AND LANTER
Federal way
<
o
@i0.2
O f 'III 1'
� O z
I W W W m 3 gRY Ly, W
6 °_^H
o N orco 1)P' �/� �r �� 3� a
� 8116g-
o
oy1 m z�z~
! Mugged
_ z oz m \ < c - � c
� _ a' LL
O^ d� ? rM e
lds S`' zQw
Z
a O �3 . qi#
I ~ - O ag M Ili
OFoo % FY =
Ill `\\ V 2,-
1 -I
0 q 1 '% \ 10\3/
YI 4. �� GG- Z
I
© " O F
ilfi c b V
•
% ////'/ 4,7,74',„, \
I zY 1111 © ko
z<z� ° Wy ta=m l' T---. <
6 0 w W= t'ii
www W 2 0 J J nW�m HU �; O ` > OG O
W j V 3 O gr. W .31- �W
ii! m Q b
O we0.3 �R J .4 p w O�
_ j i m w ww 6 r G ii7m { Kr0°� a� Wo.?' Z O 'mYJ tLL 1- ban - 1 G _
x w I.O'aa L° v d '6q
o
We _ 0-1<
° U' I c
w d gVW I 0.. F K C 1 e
N W
Hpri Wy m0 6 Fp ' FH
,G}]K S2 m� pmzul
` ma
W� D6gl 3. 3 WW WJ ��Zyy-,s.
9O W 2 ? 0. j6
I
K m0 Q` ZK zrc _`pK
1LLF es H2 F2 f2
2 O 2w iWWFCLI mw mce
W�
UN Ityj UH Uvl UN I Vo 4W1
J
I i
11, 'G�\ J` j'
; \ i/,/'` m ?QIZ
\ ma / O Pi
V %\\,/ 0-
";"(
iii CCD v • ?W V O :� i 7 bc'6 _^
O x �o a xx W
V OC W -- y eTOLL Fm U V (((� 0,., g M W .§t LL
9W J O z G b lig
ul Y .. OqR' V Y _ f �O. •
7 W • Fp LL
i Pi O 4 §_ „, 0 OW a0 . O a 4 q§J 1- a q m m i\ Inr- m
00 C W r of OV Su. 2 °8 aw y z, O
I in w ¢ z y y w d 1 V N w d a LL Pis
w a G
b = Q ..4 < .4 i n 2 ZZ 0 am W
jE C .4 y st i$ aX O;,
8 0 :
iv 2
m' o �� j
ib \G S Z sr l V< ywy
:O
11
I
�-l` � —lam\\/ N .•gam o w~ ;may r
LT-
d•• O d•` W mU O IWy 41
.ok81,, .).s, S us ow
IO21OAA0 Von A9 NMtlNO
so N , I
m m y .w O
a�N J m L `V •3
OU mmp.-,C t 13 N O 5555
'm o £�1ili
g m rn c z E �'8° ‘ ���3 m c� 10=„(c� o ..��-o m v�Ji' m. _ v�S�WnS� �"'mF LU Q �,_
v-g8 am�000 `14 2 $o cm °1m E. (}..�.,,�(\�- J C LLo LL is S
3=g 2t2 4120. u 0 2m ,E- 23 = ?k14- a 1,4' ..c.' m; F F 1
m�m c� m m mTi�e i i I. a m a $5 8-"=2Ml k n 11m acmem1\4.r
W a
v x ,p m m c a m c r,, m , c <
c w 2.='v m a m m
Le)
p nm$ m m a m a ti_ -Dols O b b Z
ma m WpS 01 ° S rLy., E my F,22 o c°i"' • Q Q (^` I I-
=as _D L.mm .0 -0 Nm a pv a"m O '1.
22-0 t8�c vi r c c °-0 e g o w$rn F ,,,L'o M H
N0'= Nm 0m .2 .2 N8 6 Nm O0 N
m o a 0.15.0 a m m m m `MI o d nrw "w 4111111111 7
m"v 3°' 8° 2a = a° 1�' �� IIMI N I w w
m C 2 m t C O N
9_81;2 2,211' f-= fa ISE I, -Ert—vii Imo. I ~ d�a o
c8m2r, 8(n0._JE m 5 52 3 4 c=>' F- Hi
'C'E.-
m O. i 3 OIC O`.... N N N N m F. m 3 m , � �~ N V
i
OU_pat.omm dczf,Ecmam. 02 ° 3 c 111 mE m-G- , yW<
oc„m pvcmmm °Y ° 2t w Sam coo z
b
.6 o RI azcw° JwO
RI <
O F-10�o F- 3mmn Ha F- _p tq =« Na 3t� mN x _
N
2 .- ,i ci V N co m -110 F a
F LL W ' J 0,h
N a WAN L p
wito U ZNe
'a a wN oa p ,. aow
g< 1p v ow = o a W Li jib— I U
¢r5p, < LLO� o¢ ,�, U ,f , p
114111111/ ,..,.Immi, F,
isit/\ iz la
iii
ILI
F
to 0 U I
.1) et Wiii
z WN g
cJi3� F WLLz o �� 'XVII St -��{- 'XVW.SL a< m
,L,5!.../\/,‘:,,u.,,,
a aoF W V lWy... C < j� 'NMa _dWi a3 8O
s3 3Z 1-
w
ONN g Uo 7 1 ® c�
ii Om U w i •a .Iiii U h $w 71Litiliiillilh%
. a
V 1r a '
i e e N 'ay ac, i_ K ay iz ry o dZ m 0PU, & Q2 _ -
E d d o d 3 Ow RI VA �l
LL> LLY Zw U=N
4 m 0 0 W y SOi (7 3 SN N W
mDi
Q N3 a;.. $ m ° ww
•
f O W mw m o ua 3 aN
p m z
o < ow ... 0 O m 3N I
i_( -7- ° a W N �V<= �w ` oy a �3
° Z V t w F.,w ._ w a p]°
-f-- V O "'”' O LL Z O=n vwi < ° ,ry 1 Q
w a o p o,w„ m °m ”+++➢W�Gii� � o a
wL ¢ y QO H 30Vaa co `1, 1% Z Iikr
ii
' '
o
m1? O 11111F-J1
t> 4 z m o03aVa� z 2- c y
�7 fwa'Z 00 '-'
mLLwEl LLZ
II a
V w
ih
1
n I
..
-'�---'I- -(�.' �•• of c'' =ao U�o a oz
< m wm 24`1y_4 yo-d m o� 1
K ( II1 F j U< m
<r. 3 S
1130011 N213i :AB NMV210
I
I
I z cV
� r
I
0 M
i.W
I it
41 V (n
xM Z Z U o o Z
N It 0 0 0 0 0
0 1I Z
o X N
0 Ma ui N Z Q Z
X )-
(/l CV z W W
I Z �� \ w >
N a
J 0
ill
w / Z = om
.3 z \f a w Z
I M J� LPIs 0 j
~
0_;;; Q o
I — ;�IW IIIII;
IIIII
x �**SS
IIIII;,,,,
,.< La
o
o Z W
a U
SS *I,I,I,ISI ct p Q
I
Ia0
a a #I,I,I,I, (n Q
0a
"I..�.�.��� a = a Z v W
x ° Lde-
Q W 0 d 00
w a ° ,
Ei 3 N 0 0 f/'1 W U
Q W U M w
C N ) = 0 n_
I
O < m W Q (n
" o
z =1 F-
Iv
z C�
V Q 0W a
o
I
Q �/ W Q x ? W 0 0
ON N 0 U.. (n M
0v z w N ~r p
IO
Zo j w O Q O
L.,.. > ')
a n c 0 o)- (I)
:t
' /N O ki ^O (1)
�l Z Q Z J
�I�I� _ U ISI o0 M ~ Q m
I eSSI II Nt/) (. 3N
,I, f I,I z cc I Q M o~ Q
tSSSIISSSSSISI Q Y w m
,I,I, ,I,IIIII I-w — wZ w a3
oCe
I I�I�I� I�I�I a oo W U J LL j
III -,N o Q
a w
Z U
w =o Z
O . o
Z — ci Ki v — C
I o MM
N
g8 0
§ a
I >
w
I
z
1.0
I
CI
i
N; -41110C-1�/
w
< `�\ Ilk\
a III
<
10111 <
a.
O. in \ U �`
ce
6
I
/ < w
a
`/
o
z Z '^
0_ w w O m
�� Y WNL •q ,- to J 0.cep U)
J Ln«ate Q w Q °�,-
X W
z 0aoZ. 8, xz W .oww 0
I
paN aw OJ�w� O z wwz Z Lcw¢,
Waw < 0_Z �- S 0 30>-� ¢Zo�
�% rm 0 r30,-u_- t oJr aQ mDu-
�,> cc ctuOm: 0 W - LA- ZaaW
-CL -u.0 V1 z~ Z J O C]W ci QO Ou, 1 ON
4.W0
C]XX WF
=gip<)-8V7WO o W za Z�z WYO pwp� N
Q N o~ 0 D:^ J W j/1 Y�
�NZ Z=�-x MZ� CAw Q JAW SON ,,,z
vi i=E -i-vwzo zW i CLI-c 3�n Z_N�c�
1- w3O0Wm�t020� 7 2� 'WMOUro �Wm M
ZcQ3Z JQoa(t,Iu�Zo g a3 Wio ,mn m=,,a M
W XWW WJ J (]NQ 1.0 W ..�0 H-O-Dt[1 OiF i
a. o0'cr 0�0L.- to0 0 ww n 0 ti 00_N
W
(il Z
I
IN
ES
'A'%_ 'NM „0-,S o , , \
p
0.-
8 Q `.1.�..i r
mm .OZ - ` ` -� tY 'w
zq 3 3 om d=
-,--i1.12
0
N I _00_0 _ a; W W , O Ow
n / / . z <U �� = az _
r W W W
a
a.
aT • CSV)114 �'- - • 0• mN Nn00 W2 3ce 126 cox
nO
eUx
E
d I
0L
I I
l
C 1
TiI
J� W W z Zr--.
J QW __i W O = 0 CD C7 m U
(_��
<
5
J WQ J LLI CO U UL7: cr Q M
v) wU Q _1 ~ O DOE O�
JE-- - wvi w C.)u..1 Q U Q
Cr
(nz z ZO W Jcr
I
Q z O Q w Z m a 0 1 U I F N
�� o� O
H. U m WF- W WF= W
U 0 o �F- o =, n- § O a_ 'SO N
Q = W m W a O , , W d J F Z F Z >-
co (n Z (n d F- W
I
I o � JQ ix
o0 m� c�nz ( ) o� o 0
Q Z Z CY
_ CC
11 (=v) 0 WO JQ CO Q � _ Q � � 2
I
W U Z Lu
m Q ~ Cr ~ U O 0 0 > 0 J W
Z Q J cn
N J U Q N W 2 N W Z
_ I
� � E <� = w NQ Ude w cn � W F- oOF- 1= z Ce
(%i zLLI
(1< Zz 0W gU 1-1-1 CC CnD v)F-- rw- v d �
I o o � w� � � nm ,CL < •
� Lu z v) (� ~o , (Zc (n CO(no m EtQ
Z 1= U_ (n I F- U_ W N W I 07 Z Q w Z aCI- w I� O -
3F- W F- (f) R--- c (n wv) cc cL O U Z I G
I
-j ZUWO .__ (n JW 1 i WC3U U Lvd L+JO O _
Q > J QJ J I Q I Z Z W = W I W(� z 0 m
o Jo z - Q � QU F- 0 � E � v) z V) '2' W Z
Z Q Z W U I - e c
Lu W W Q Q W W
I
o m F- Q N co N d- < di (n (n (/i LD (n w 00 U)(.._ LLI
J
Q
W 0 W a
I
'C-1-: z z zCrLLJ
>-
F- JCO J
_-__I-
CO
W
LLJ /� I
W O FW- 1= O V
Z
til
O W O CC
W
c0
O 1- -ct (f) O
J -v) w' - wZwA _ OO
JZ
W
J
�`� - >- w
I
J V e J W
W - Z_ (n
j Cil
C_)
U 0 J Z
O LU > - Q
Lu d = J
cc
__I d- W
In v ^ WO
J Q -� (Jul
(Jj e o (1 J w v z W a 3
F- Z `
Z O } r O (lr J i
Lu U N L'-� W w Z P
I
Z 1--
CV
d z J N Q - o
(Y r 0 >- J W w W -
W N W W 0 d w F- E
Z d y 0 W F-
LLI
1(/7 W
CU
LLI
W
O d
_i 7,4-
LU O QJ
Y -- i- 0 e = w _ p -N
I
I
C5
00
I
0
�_ ww
IuI I o C7
i- Z li W = el
M J� w Q z w❑ 1
J ccLJJ S
Z 0 �w z I CD
CC O~
-"I� J cD O—oldJ JO - Lu
~ W Z w Ct J
rOI
O
�1\O — W JO1 - > Z 1
w
JOZ U LLI z
WZ -.;:1-(f)
� w 0 -0w
N (nw —
J W
I
PIP 0_
_ Q if) W P- W
cc
1
Z �IIIIPP' o �
U 1
w J
W —0 W w
H
-0-� o z —e 0 x
H cL
m CN o (n 1
Z LiJ
Q
W n Q rn N W 2
_Z W wZ
J W J J
ZI(J7 N J < ~ e N B
cg
— — N �° —— — < w uJ
Q_LLJ a_ (h - w CN I _1__ a W
o 0 H 1
O � I— w � CL m >
z -- �— - - — >- ~ L - Q
r.
o0 U U 1
W � l.L d W U W
H c Q' Q
I— z w � z 0 J �
W w — W O '-- OO Z w
Zco O Z = Z 1 O w I
Z — J N W W H ~ O
WH- O w L C - w I w Z
O IU = OZ O �� O O Lu
� co
w — I
W W
- w ow
� cn — cow
— /Ni i_____ /
L) 1
UN
— W
C c,Y
D7
1— . /-:°0'
Li
J — J d
� W N 0 I
1— O w -
dw w2
N
ZZ W - -- t- In(n � 2C zCC1
OW LLJ Z — J W ~
LL, ~)� 0 ! Q N N OZ
z w — N J W
w — o z 0 a O CL U-1
H- Ui
L-LJ BII
� N W I- in C
o Z , 1
O Q I —
0
1
I
z z C)
0jS L1.1
Q 0r
5.
a)
c a)ti Z
®♦♦ ♦♦ c
�
Ca
} Lb-- I—
eu ♦ ® m � ° LU
♦ LU
J
il , 5, N Q O
co c
_ ... N N
® ` 11, �ri 6O t C
a a
III a) c o Qo
II NI TD
N j'U O N T Cl)
Ce
to 12 Tr ''' •
N o 3 a Z W
��
>•'E w
�� 3 �} c
Ce
o� w -o 0
N� aa� o ° Q
a)
2
a
T
,-- ~
C o
Z
O W
0) 2
DN O N p
WO -
U
0 - NCO) ._ 0,_ O ,
C _1_ D Q
U c � Oa3 a_° 0 a° a3o o + Q' - '5_ � oaaO
Qa3
03 0 03 W
COII II 11 n II
,— - Q
I .) a A�a
Q a auol ® •p•® i ® �� ® auol Ce
D
u yaoaddy a�ny�oda4
I
a__ p Q.
/ , >..a I / >
' £ snu w l ,c snuiw Ll n a
O U
O
4 0 ,
4 pji
I v y / / Q 0�
Q ii t oCD Ce
I
� o � c o c - 0 a3
o
tY 91
C 6 p m ) / d 0 o o
pE L •c O ce
N O =:.am } A •
c .
> 3 a)
O O -- O
O U Q
3 a
Q4
2WI
3 J
F. H kr
O c
0 En N o I
-- 3 I;.
04'
om W N w �� e5 m�I a _W 3 ° i O yd _ WJ zy >NO Z W 13 L� Z o. c : .3mw ' Iz III o � Q Zv Q ait - O �' N11
w0zww38h Gy ig pw >�C Z O�wILI
Jd Q N EE a n s
3 f re Q W Z W z < 3
w 7}V,UJ=;tW.7 H I "/ I
o3mgma Z \ 0
WIfl _ �I
o
o 1
M a ( ai I z
g W J J
N
` eV s T W 5
2 Z
W 2 $ . I, R.:
O Y W
' 5 p w 5
8 '' 1 7 1 I O W N m w
C I Z 7.
w 2<
P.
M W Y , ZwJ
a 2
W w LL m r 2 K O
'y§
5
W Z Q Z J H N
-J ILI
O 1 J O_ O W Z y1 I N '� W of O d �_ O (O Uw.
yWN7 l^F 1 W W Z. -._- .._.-.__ N J
Q 9 II 6 V iv ! � , O I q ij
IX 71 __ _--_ $ K�W
F- a
Z o O
J 9
0 W ^
I
I / / -\r I W
N �� I .0 O ry N I re
W
W y
Z
Oe I-
w ea
o Z W
UJ Z
q o J U
- W O W_ 2 a
_ S
z.'-' J F
a-) ( I •� G O I O �r Ar W14.
2m
T
J <
N W O Z 6 3 I
W o :-'
_ h
Z
O tl m ~ ‘!.J;
_
W e II J W V
J II ,7 _ Q J H
W T 1 W y CO)
2 a W O Z Q � dZ
2 J W Z JIS Z:LI
] Q7 I
r _ 1 5 V 5 � K O N Z
b v ) r a I W °�W J Z °0'Ls Iw-N (n O
O O =J J Y Z J J W m m
N- Z �'O
2 N m O m O w
warcm wa¢�� wo
�aww �awmw Q� I
N WO• W- W Z W O O Sy F
0zCt3 U2K❑W O
I2
ID
O O S '
l
m U
2 o
U tt J r I
F w _
44J= '
dZ > a !7 U
n - H W Y 2O co c6I O ft _ _ ___._-_- O N I I I 2
W
ILL m ...-._._._._._ co 9 "b Z
IMI a I .b I wv
LI3HO131A AS100 .AB NMVLIO I
C
I
g 1 �� 300 . z 2O
�,` ., 22 3E0 73.g-
cc
i 0M
o Y 13 o c y
I
° oa aiavi Ei' Ya�i E 0
C V:0 aQ ,Op Eo 69_ o
3os �N Naa)) o crp I.
Il O.0 O y 00.0 S E T C M
z-..1.9. $ o a=� > c� z° o II' I
�.Ooa �� ) -aa ) 3° 1 II
�`d O N N N O O O c 0 6 0 O N I 11
O iL H . U cn'0 I
I
z .- csi ri v ui I IaI 11 9 N
I I I I N 3
h I a) N p W
r) ! I I I a,°- Z
I
N c v-�p I I pa Q
moa II oN J
o � o
a) 8 a I 1 I
cn O 0 I I I I �Z/
I Z O I II w LL
I I Q
N O I II I Z
I-
-2 O I II I F
x
O O. O a I I I — w
8 1 11 z
N O .c y 0 co O
u � I 1 11 I m 3 w
o °) 1 II 1 A a Z
a) & a t ) I II I N 3 Q
o aN ala o
o I I I
1 1 o I I I I 0D C LG
I—
x 00 0 1 X I I I I O I— a) r
I a I 11 I 2 ~LL_ Z
' L I I I II 0) c o0C LU
0) 11 >. J O 0000 . C
a)— N O
y I I I ; r .c a) E E P cf)�ti
o W`
N Q 0 I I I O ,5.9..c...96...,_, +0 /
0. �>j ??
a I'Co Cs4 O I I 3 N Q 47 t +
I
az W +1 I I O ootoa0aai33 Q
°CL� H� Q o
1 111 6030300
I U a) I J Z I I I 11 11 11 II II
cz
n III
III
LL_ a)
I
- o I I E
0 3! nZ I 1 z °�' pp pppp
N N^ •_<,
� aC- N�00O.X0282
N N I I I 0 6 LU Z a)g r,.0 NMc`I CV
3 11 1 0 O 03
Z I- as .cLL.cLSL
I . I 1 O p) Q i a) Qaaaaaa
1 y^ a) 3 Li, 8 EEEEpEEEE
�c� N I N�
0_01 .1h vYtN+f elN
N m I 0 0 I I Ta N 0 Y
raVS '= o Z I I =O N m
— O) O
oZ I in
> III L
o � m �� � _02 a) I 1 N vamp 4.)
non a3
��Roa .
> 03
-5 t; /r I � o°l'
N a) O (Li
C3 m
N 3 I Qro o N Q a) m QQ a.8 as
~ u) EEEEEEE
I
t 0,1 �$v�rNir4icNv
/ I3
i
CU
I
OO.O o0 a) 0 0 p N�NONON
ch 0.Z Z W I— N co N $ CU
J
N 0 C a) N m L L L L L L L 5LL_
o� 0 3 0 o ao• ~ o a .10.1ppEulppE� ,))
Q O Q v) t d N N N<Y cc)c h N
I cm o
a
O
N
Q
F4 '
Z z �
a v N
c o QM
I
Q_c)
c
a) :
U U
I
\/
(0 1
CD
Z
i
0 I
<C
N G
(2.) � r Q Z
Q.' �- - LU ,
in o d i co _ z _I 0 W
I
oJ � a Z >
} � w a Q
v' a 0 v~i o 0 O.
oco .f7 c0 ca
NI-
c_.) ' /� W O N cv 0
LI_ 0
_ 3 2 W
Z
w J Q O Z
a ^ -J
Q 0 1
L 3 / ,Ol J v, Q a W I Q `n 0 o z V
O cnC z Q
C >,
MINOMIN Z �n
U U a) Z Q N rn d
N '
I
Uct O v o o z o
Q
(3 N 3 n a
M w w p N
I
OW
t w
J V7 Q ~O
V) , O o
cr; Z V)
IMOMIIMMIMIIIMII d'
J J F
V) m 0 N w
MIIIIMMIN MM /- w OV)
ur N o00 ce
V) N I =3
N w y' JI
N J
V7W m
>-
w J Z I d w Z
>- >- Y J w
H ct 0 Z o
3 a- m J
• oo r a
O w N Q I
Q N Q w Z g
Z
U V J W
Cr
< = Z W w
c v < Y ce
I-- : I m a_ / I
I
N �
I
`p-g01 N y!!04cge4
N L
c g.-E,, b� � o w e
aor • c�� 0,,,4s
o _Z N
68Ea ��" Pd Cyd o YOO� = m N z
c m m a r}9n«' ''� f a cg ZQ R. $
I
3 c o o c �",-1' c a 0J '.° o a a 8
v
ma=W '_c J5 0VdC w ' a
o07s 9% m�Ha a a
I
E4v N /�
't5::!..;
�n10 ~= F 11►
w Como < N
~ $� it z f� A Baa 3
w 2 0 LLo
E K re w
H g a
SIXV..d,.3Sdill3
I
< .S-.S
?� SI7M..B.3Sdfll3
I
N
d a .9-.Z .V-.f
w
\ G N
W
N fp
I!:
I
o iz
w LL
y a
W
st
I
WW Kr H W
W �' 4
.0-.L .9-,t V
.A',ZL
.6'.EZ
W
9 8 V�N
m 3N
ti_ re
W MIMI j U
7.
�� N'
I
b b
Lu
I
a
.a
�`
T.
o t a&
�N
2
Y a
l ()
O= b LL
tot LL
W
a
-a-.ZI
d3H0131j A8100 :AS NMVil0
N I
O
f O N s
I
T .4' Pd t. gk
Z m m w
. an a3-• Q - afz. g s aLLceA§ B
.9-z ny a* d O 2 ; a
'W-.`fete �`' !Ali4 ,f4:y
1 V Z 3
o
in
to 0
z
I
,I `J
W Q
W
W E
6LL 5 Om
iw _Ym
Q.N m>a I
Qe N
16
m
c
m
A
l6
IO
O
iuF
O
I
z Ti
W V
.---.
-----1 Zy W mmy
ILA
0 fn
-J
Q CO
VO,
r WrzI.
in
J\ cc, LIJF
FE
• w
2 Y
o m
I
. C
g c c
I
o .s Em m
y
3 J
d
OY
cQ m I
C C G O O
%JE t
T T
m m
x9, w a).g x Q:
f2e
9 m 47jY CV Y
e 0i Y O 0 0
W
\ \
Ih
i— ci
Q� gQ
W J I J
}
V
m
V
- 0IAAVill jI
z
5
VHrns)IUM :As NMVH°
I
I
I
I R9-3A
11194
I
e C
1 r
A \' ?Iiiiimminillillilit\a". '%417
ci:
'''-'':' ,N, •<",
F E
A
I
_—_—_— , $>..° .__.._ .__,4.� r -
ity
I4H E
1
I
1 \ r
\\toyQ
I
A
I
* See appendix for standard symbol details
I DIMENSIONS(MILLIMETERS)
A BCD EF GHJ
450 9 16 88 138 159 191 38 38 •
I 600 9 16 113 188 213 263 50 50
750 13 19 144 231 266 328 63 63
DIMENSIONS(INCHES)
A BCDEF GHJ
I 18 3/8 5/8 3 1/2 5 1/2 6 3/8 7 5/8 1 1/2 1 1/2
24 3/8 5/8 4 1/2 7 1/2 8 1/2 10 1/2 2 2
30 1/2 3/4 5 3/4 9 1/4 10 5/8 13 1/8 2 1/2 2 1/2
I
COLORS
ICIRCLE& DIAGONAL — RED (REFL)
SYMBOL&BORDER — BLACK(NON-REEL)
BACKGROUND — WHITE (REEL)
I
I
R9-3B L/R
11/97
CD
I
1' l ! _H
*NO
I USE rE�
1
a G
I
CROS*! 4F
D
I
g sA
R9-3B L I C D
� � H
USE14
CROSSWALK F
. ID I
A
R9-3B R
* See appendix for standard arrow details
I
DIMENSIONS(MILLIMETERS)
A B C D E F G H
450 300 9 56 750 758 38 38
I
DIMENSIONS (INCHES)
A B C D E F G I HI
18 12 3/8 2.25 30 38 11/211/2
COLORS
I
LEGEND — BLACK(NON-REFL)
BACKGROUND — WHITE (REFL) '
I
I
Iazzto
ci
O M
i: v.)
Y
W
Q oY 9 a CI
u� O)_
O J W
9 �� www
I
.t-.f 1 r a m ,t .Z I. 1 .Z II
Z O N
/ Z o� I GC N W
\ z 1o •. ' • rce
YO
Z
• o ••
i \I •
.
•• ` .• io ' QUO^� /v�^,
I
n . ave3a 9'ON •
3O]ana -"
a ` O w= Q U
Q
L_O w N_
Q - \UH�J —
0 > Z�A m
0 LI-1 °"DOW
I
r W W < 0 Z 0 W Ui
p w Z � � Z a00ppw Z
Z 0 CC
0 0 LU Q~ CC V)
N Z • Z W U W O w W
I
OJ mZZpQpp U 0 O
0 OO L"VI
GUv J�
OnMZ ¢ r v a
I
Vo
~ =W N O Y Y W a=Z
¢ N vai j ¢ 1--m
X U J J a U
Jrl� NNN Qr (-)
= O Z W N O
Wvj I<0 Nm mm LI w Q w U = I- ZZZ
m 0 N Z Z m m m U7 Z Z Q W W U W 5
1-pQ W �OQ1 N- m r
I
J 0 La ID•-n J� _. W Z CT. V WI D aNZ�Z •
Z
<M NrUw 3 p = 2a
c/11- Z CC
p w w v, ..... z N ti I .L 0'Z�3 U 0 W
= z,-t..,-,v, r4 w r w OW JAN
�� ¢ww0 >C �J Wa w U J /// \D3Q Y> �>/
wa,� �Nj� w< Uce Nw /' / ZZZw3Co LL.
I
a� OO�w aVOO ¢Q: o w O QO ppQ7
J W N
c�a 0�0m ¢ a0 c.) N v Jw 0
319aoNoo 'o 'd zra w CO
w w¢ w
r n a iri iti n \\\ • r O O
o
z • = O
tom
W a-O O
•
' m5ZF
U
I ¢ _Zit t ..L.t/i . 'y '
• • U We
r-0<00
NWHZX
Wa N Q W<
I \ '
0
al
Ce
/ //.r. ,r co \k\\ \ i o uar
I ' rl II l/� \ 1\ 11 1 L — ..
•.I •••� • j
1 11\ 0 , ,I I� \ •', '11 1 �_ ' I//i , z nr> _ 'I
I \ ' lo
/ .8/f Z i u I n i
CO IX
H \\• • z
j • Wa
I
F au .;' o, o ZSo
U
Or
CP
i:s., q
1
I W.W.
I
SERIES CONNECTED
II
LOOP 1-2
COUNT DETECTOR LOOP 3 I(DRAWING NOT TO SCALE)
POSTED * *
SPEED (MPH) S1(FT) S2(FT) NOTES:
25 - 105 1. USE XYZ LOOP NUMBERING
I
SCHEMATIC, WHERE:
X IS THE PHASE#
30 -- 140 Y IS LANE# FROM INSIDE I Z IS LOOP# FROM STOPBAR
35 -- 185 2. USE 3'X 25' LOOP FOR BIKE
LAIVES
I
40 115 230 3. PHASE 2 IS ALWAYS
w NORTHBOUND THRU DIRECTION I O
45 155 285 2 4. ALL LOOPS SHALL BE CIRCULAR
I H O
50 195 340 < OJ
I
w w
2 U
re z
LU >
*ADVANCE LOOPS ARE NOT H0 I
REQUIRED FOR TURNING LANES - Q
&MINOR THROUGH LANES 0H H
O
�
� I
3A J
cn . 3B
Z I
Q o
LL
J
CC0
IW
LIJ
0 j •co
2A I' 6-12B
b I
1A
•
1B
STOP LINE
I
REV MAR 2011
d"'wPUBLIC SIGNAL LOOP SCHEMATIC DWG. NO. I
,c; F �wayWORKS 3-44
m t N C t
o - m J
ill
c
e' U
er
o
co ID la 0
cn
Oy > Cl
rnvmo
$ Lcm
dm oW00 2cg - m ,.lmm o - -a � Z Q I
0cm ,° rc L
�m 'i'i-2 v7. my a ` ao= ! 6 _ �d�D',BLL > N:9-5ma.a m OJ
m' o co am m N6 N N vof],2 4: \
5y 0re w > �
Q 0iq _
•
Is
T.U E C C o E N m _ Q i. tYm 0N h o�c24 0.02 nm oOm v 7 Z <onm cE .,5o moo— mmc mu mu o. a o— mE 2>1 DO Cc,o EmN C= Ud 2,T.
-.6 :,,,V Q QJNwa omm Eh Qm n- y m � ZN 0' 5"'"41 T''' th c ' o Umham = yJd N vm —mc� mmy DyNm aUvy m o 0cQ maogm o m=m -6. c o m 'omoauxm m-1 am _ c .0._,m0_tmO= Cmat mm3a m= _m m_ m m 8omO .011' 2c20'82-5NO0 om ',1c 04 L� 0.m., c.Eyy Lh_ vn0 7,22,0.g0 0w"Eao«2W 'maw 2U O^ ^J m N mC D HON— oO am JL avm = 01c8Ga22 mO mE m° D a -mm mOga ° °I
go-2 ..G8) 'mI gy`mmoo, "° -2-; n ?;2020. m"ooamzi ° _ oEoccm° L^ 3-0.R. m"m.—o°o0z ° - nE "maicu$ wnmmu^m .moo mm co' .oa m: 3 .E 9m nam � nvnONi5j-O�Oa.c c. om ao a Cc mjwa Nn c-CG : cc_3my 'CO ` Um oom -9E` 29 OC _ 9' vcdawamm'590acooO0 maa°o0awy p onS -9am_mayJ- Om a m U— mmE 7,2aGme mNcc yaD°ON.9aQ mUm 2 .co m E m ..G.20
.mN mQ_ m Lm 0 C° m0a .3m' r- a 9;7, o ma . p 2 p- . OW EmCtOO OEOENLobmNC.J uN °1u. COaZmmm `c m C yc L 0 = md �m mcm' ammN m nm m . a 2 5moRmm EL PE m° _ E E§L -o UmmmNm ¢N w3 ¢ m9<
aE 0 0 _00 OJ -- N 6 v 6 6 r m of o N of c
II
w
O° o Z
wD w,,,, w
too UZ
zo ,96 w5 P,m
F N
=o • p
t �` A►:
::::
cl, f\
ED-
'xoaedv o o 5
.0-3 Fes- w 7 F
o ;,1
H m F m
3.
OW O
§,T,W ' W ‘3,'1
Oy m� os
�'w UN
a
xobddv • Et
Ww A-.l r a-
W
U g ~a. 'NIW.9
w t-
'N
W.9
Ua
Wo ?5 - NW Oo yE
N < H << V Oo E„ UO
Fp N 20N ¢Zj
t
U
I ON Z
MIN Z
MlIa
U
MO
igliii Jm gz
zai� I I
g �/ pG
. 15S-C>'W % H
UW
DI- l <> xo
Zw �d �W
$>
Uy -WZ ,r L0
5n] pWd WN
0< JCW
FJQ m oO�
n a W o t
vwi r O >tt0 v
U
Z U dm
g Z �O
a O l.N-1 OFO
1
I
! ) \ ! ,
: e °
13¥ Iy \ § $ : ! ! /
+ , % w: a ' § �Q ` ;
A »¥% _, � a ) / | !
\ % § / a \ \� ) i
/\ 2 �\ �� s•;. f o [ 2 ! ! I
ISP v LuE )\/ y 00
° � It) kv) \ � i
z & /
( \� \ 0W ƒ / Cl) 4$
® §&k %! —
}\ H H
§) \k\ \} _ I
m kjin
■ / 2 -\ \(
) § -\
11.—Nr--]
/ \ (
, $ H
HI
(\
~ k H I
LIME w
<-8.6 — ; \
•Mk :1I
) Ek` - I
/)
o
\ I
I'M
fai `1 ] I
(k§' . §
_ /
ii 2 E I
&: 2 q
§\& : ^ { 2
- 5
in 0 U- \� 0 1-
b( j
CO( \{ - 0
(( - - - /
( :. \}\ /} -!� �( j
(\ - \
_� \`'
/\ Ill a , ,_
co
z=
0 g w
o\ F
2 L44 Iliat \\ ` '
tal LU
§:r 111
§ ^ w§ �, .5,Z
\§\ _§C_ _ }e k . � \/ \
e
I
r
c r
oE
•
aH
s
rJ C
co o 1 i44
_•'m NN m g "I
m� LcLLCC om •
ora 2-21", Ewe .9 m • o '`" L a'o4,/ N
°
2.
N=oW
W =Ec! -O 3z ` o Nj Q0:1wv' Q =
• V
EWE dEo 9 momm -N n V
\ 't o w o' mUn - .9...0-0 o o'516312 Nim rnW c o N N 2 20-2 55,O NNL vuce ro°', i`n<vyc �d,`!C
OS a.Z o
0Lw -
- yw
1)
>
• oc
•"5:F.m mco mm° 3 c c _ 0� ~ O O S4
ILL? C 0 aR. g�3W mom aa� n m p 3p = Z N >V 0 'D_ 00ONL-C.� Qmm ,7, .0 '0 C N 0 SO
0 Ln
$m 10 % = a '''S0 ° >i'lo cmo ;• c,>o mN�N NS� 0.3 aj 0 ¢zzol- w �
- 3 N 2 ~
— N
wL=my« oyoU° omocamom ' N x zw0-,
° o:
!O'2(,4 aL.. U N N I=2. (n m (an 4! o¢ mc¢ N~r¢'
O O Ji. � J3f,W i' - J I
OZ V C LL'i oz cc
3l3HON001N3W30
HO 1ltlHdStld0 Hld30 Z p00and
¢ ¢0 �
O O 0 2 °KLLj2 �aW6¢ U ,
; zNw Nzr > z
Umo °02
Oj
oU00 w0
'XVII.£-'NIW.8/9 Z pmO
I
0
2x
1111NOMVS d0 H1d300¢ .9
Z
!!1!
wF ;�f,� �zXi� w w`SO / ¢¢ (IL'
N' oCy1--------Es /).... .... �� ox .11 0 ❑ v
a¢ i:1
U . NUtliia. Z o
t'1��� a
P. e. ¢ O a
t. o '2
0 r\/0 w Q
a' ? wN Zm Kr
o� � �� o z w
U .,UW
V, 2 gJo
/ =w^ a n w ° 0 3 3ovd8ns 03AVd JO d01 F Z
I
OY? z ❑x°" Jai WOHd9f1WINIW..0-.Z 1° w
z =<e d¢W' 50 LL o °
'',"4 W Z W0 O WI- O >0
>22 O >0000 W 10 Nm Z
»w 0 °ww o 1 °
ao> ? O jpp� .9 0 w O
z=i r ¢ate w 1 ()
I
y w 3 313HON001N3W30 O° O al '\ ��� .St / N LLI
Cl)
5,•,`' l01lVHdSV JO H1d30 <wj - N ;Ibl �1
000 w 3 t �'''—'-'i ': �� ?
0° 'XVII.£-'NIW.9/SZ •
o z ,:
° 1(IOMVS d0 H1d30 - Liz.`-. I 4/.
N J F-
�' Rte:1 0 °N ,' W
.7. o p I 1 2 W
ow j Qx / 0
t wm 1 n
C b O I ' o a
UW x O
1 -4 / I•\ 2 'it
w 0 CLI o w
hi
1D 0 °0 Z Noq ? UF
/ i w'
A.
fn 1� Z
o�NF ��¢ ¢n¢. ':�i:�+. m°z `fit
'Cr' 1-d,U��� W '111.1111 ti
C7Y? ZH �/wl I�
=V OF [� Z
Zm; nF IaI • U
' _, Cd) W p o jQ '•. 11.
m• •
"'
N °Z�
<aw W
2
I
0I1VH• d001N3W30 N w z
6
HO 1lVHdSV d0 Hld30 p o 72.
co y r
z� xd x� r
'X'dW.E-'NIW.8/SZ wh-�1
¢1+1
15.m 20
= jx 1f0MVSdOH1d3O
:O 0 1d6^ Z %%U0 ct RiF'10 HN g1-pCs2N ♦:i IL /Qy
n.
❑awO a .....,,10%;oa<~ aQ �7aZO' 2.. 111111M111111011=S Za�.�. i
.ri
,Lij
zi,
0-0
I MN ~
..❑ ,: 0 FOz - N0� O-N. N
C1Kw� wzcu i •• 7 0 Sri- zOrwnz Hzm UZ
ZVN2 !- U I NN R� WZ KW N22
RI f7U��Sa=s •z..-.2.0..P.,
• USN HILI
O> °0= wN
9..a�u, o �) o2 oa t
O >z Z 121:0
Ww
F J WO _ J p
N
n'$ ,. �
m-Wry CCF ,7) .1,1'53 OI awe
v.-,-0
5,..g
N N G N.-2E-o- • F
�oy�� 2� m P N - 0014 /4 =a 0 V 0 3I
u00—= 0._� 0 ,f d" O e
a'm_ g9 2.9;2, 3 . .y re'S1 ., a- Q 5 m 5 Xs a 3
0.5 5 4 �i-0.2 n� a �rn J
y. . .' . : t 'H {' [. _( UeN i1 \M*'rF ' y 0 i 2imJj Jj
a gm o0 c 1�,.I•,�?�M= Z �F o o o LL.°n°c $ tr E '�C -o �� W c IXLD h �� `�s �,' m _gto °'°'dar PR°' lv' Z rc tl= 3
II
E.=L'm `�+ gv > yap• _i
I
I 2 z1-
W (U
I 0
W >
A O
I
oCc
vi
J
toW
N C
n O
I (,)O N
g Z W J m
W 2 U
O _Z 00 O
W .I W v
G \a f a
Iv
W W
CO, a � W
re
Li▪ Li
z r
O /`
O ! O o O
I W
Q H Ow U V
m3 - o a N
,_0 s oo 4
Z ¢ 6‹ Q
I
Fp
WO 3 W a J r Lip
W IIS
~O _ t`i ri a v
z
°z Z
I s
=a Q
5z
.I .z/t ;r/c (W V
— W
I
.9t/6 .9t/1flF6
.Z
¢ f o. .Z/l l Ce
"L -Ir .9t/t--
_ 11 J
J0000000i1t f , JLC .:...
n
I N / , \k t
_ Q (1/7\1/
00 0 0
u)
,��_.::;-
0000 ( 0s + si :_ �� z ,,,
-
00000000 ;wLES
UW X
I 00000 0 � _ _ W5, sx >
) 00000
i: -
i
_0000 Zrt,= ,
_ 001 Hr ZY
J Y
m0
_ _ _J[ : G.
n
.•T 1- 9/
¢ z/t z tilD
0
E,r/S• u
ICP
I
I
ZN 1
I
On_1 cri
J a'
w
O
a < 0
'
>/t = w
U1 z ZtoN
0
.9/c. J O� O
Z
_}
,O
F
— N
,9/l U 0cn OzO
NQmZO Z N 9L/f
E I
NIA ii
wb
.8/Sr-
-, z Csi
ANO
N C
H -
-CO (1)a� -Q xf Q a
m p 0 Ln � O
41 w r
I O-- QU Q
I
1 ~41m a
1 \\\ � Jx� (n JCe
O N Q �``
\
t Q
YQ N
= opUJN �
w t- zr
'o1 wI- U
O = - 1,31
I-
C..)Q CD
\ \\\ W' O >ww
ZI
~Ud N pa
��^ ¢ �
_,cn 3z t 1
W t- _— w0 V
U7 r-O < x N 0 1
7V 0 r_
Ix < O
U)
UJ n ri a
Z 0
J z
N
I
Z O 1
N J
Ce
W Ie
W
ticr
4 ;.1 1
to 0 0 41 ❑
a= Q
, w a/t
lz
^tn { o
N
I
\ \` Q
b
n���1���u 0 \
CC
.., 1iiiiIiiiiiiiiii
sZ
I
'111111\ \
St
st:10111lliiIouIr'I
Lt ueueum i , . n Q
111111111111111111 ) ',,, ' ,aI' e/c z v 0
VII11111111111111 11
CD ix
111�l4liliilI
LI -
1.... _
: 1 Z -] I- ° 1
0 w A.
OO
0
oN d
J I
w
IX
1
I
I
:9I 7, O
' Z C./
C7 '
I a
O
I
o
--.-4-. /z d
M 0
re W .9/t N O 0(11j
Z J 0
U a/t
0
U
0
2 J co&
- EX
\
`\
• I I. .9/S 0 - -
z
YW' Z Z --
• WoW= Z 0
a0
I-
".
I-
J < .V Q 0' __—_ Nr \ N O,_Q ¢<
a W z
\
\\_ W J U
I .- \ ``,` _J
Q E c O
• o W
N
n W
F c.;
0o
Z 0
Z
I 0
IX
ICe 0
Q
ry w
Z ii
Wa
I
�� - - ce
hr-7)
Q n Nin
VI' d
C3 Y
I
m0
a
11.11
IlD
,:i — b/C CD
0
9 IA
I
N
ci
a X = Z O I
w
to N o o i7 CV
W Cr(ID LLI<Q: = g CI
I c o LUn W CC
< 3 V)
CSGLY,-U¢CSU - ¢
mLi} I m¢gWw V 2 W
D d'(Y ¢ w 2X N U) z
fn NN ��Zi-Jp ' w JV) LU
4.1 W O W Z Jcr¢}¢_N Cl_
rwU gLYOCY O _w - ZI
Q.-. QNZ <<"Nf-N LY r7 co <
(j� a=t� 1-u_
LNC M� NLI
Or
Vi
UWP Z¢wZwOw cro _, � u J
00� (d ll) 'NIW „9 J< LI -p -X v 3 � CO w 71 W I .�I w 0
U2 3d0U aW__ICC 01_J LU o o0N � a a
il J J O J O ¢ 2 g �'.
cc
/ O WHLn1ZJ Z w W •
Z aw Z~J¢ a h- O ¢ C
\/v X }UJ Zia OO �L,j O
0 ¢�JptrO � Xw w
03
U OwNC�EO w } vim .d I
4. �. D Z0
�Nw�aO Lj O N 0 0 C3Q
V 1 E w z¢J J L n O r-
1
>-
2E I.V
/` .a_.-�_ _ w W 0 Z O¢W O(ii) ¢ < 'El
2 J 1
H =U Q'>w H Q Z
/ _ Z 3W zgULa.1N ZOOLY Z —
I- m c'.! LJ
Z U\ • 2
/ U wmY NJw Li < L. o2 U
CC
I- KIY a(n JJ 2' g Zw W
mina
I-w O w 2 2
/ Cr) D O z¢E Ln N¢ D U w < m LO X cp or LJ Z
/ • a 0 0 I w g p O J r�
= VID-wcr_O N 2 UX z --I Z •
/ CD Ja Zgw CL0 J0 ¢ Ug 2 Q
J ¢g z a w J z n?U MM I 0 ¢-J 0 c K w ¢ L0 Z N I < W
CO
Ct Og�Q i i▪ - O � gwO I
_Z // ILi di U
Y Q
Q
moo / 0 I-
Z
z 0 O 2 z w
O¢w p n W O
W g V 7 % W U OJ< I \
vl
111
/ — — z Uo0 Ln ¢ LU
z
/ Lu N Q Z O W w O
`�\� vv c CD
~a Z} OOUpz _
NZwa ` 00 CC3 > ¢O~~ Q
Lt t - Ow ¢ WLN.�~pw 5
O� J L
Ow3 w~O \� LU-I Ln La▪ DEOZ�
ce O W W W Z 7 w __ OJJ W OZ
1
H H CC L J U¢ w J w J
- Z Z O U \� O
I-- Z O O U ¢
°°aQa L/ a� ¢� 0ouJz�•
ULn
A Ce
U ¢ O -7J
CC L I = ? a
¢ awL JC =3 U a
'
U- z Xa' Or\¢U Z
N w o�
ULn a CC U� CC
CC
j Q Q�L2n
I-"
N p v R COCT a~ m U = O W g U Z
I V)^• v CSO JI- OZ pLntY0±
L.3Z Z J¢ Z X E Wiz f-
I I
t3N Z2 ¢U Fcn 1- 1 -0 O
O (73
s Lwn w ? N I U W w LY W O Q O a o
EO -'Qr--. ?w CZ`-' w OU N
r2-Cr d WL,ii aZ ¢0 •
a UOOL JOO't 0} Z=Q0w CD I
Z N cc wa'.~.., r-20 ¢WO Z�U J� _�
W Zz r-r-3 ox ,7
I-m 0 z Ln I-0 W¢J IY W O O O N I ¢ Z
O~ LY UIL00 wg¢ >O wULnLYLJ LJ UL` L.L.
'J Q Z W w >w F ZZ< U)Z U r Z O I 20 ONw n w
¢20 00J ¢ L ¢(TZ
w<Z Um Z (%i 0_ -z 000_ LYJZ3J¢
Li
Ln¢ Ln ~
O N '
Z
. 1
'Zm o
'
IL 1
x�EY88 f QC $
�. 8,1 F N F a
11J
01 g. E l� H g a a° O `JFQ3 d p p� S
O d m o Y <<2j 'fid'�Ods�y S`' •.. ,mw,F Y. 0 = >
V N WE tg �N O°OQHt Qa°4� Y/m�Q gg y _
N2, b '- ti Bis v��Z 1�
°� Oi b U.Ui Y4 111 VQ Q
LL 6y 2, ��
O b
b ��C N ., .9'$ z
41 Ci
•
o
lrn
0. j� NI` ..:.iJL�v W
' ay8 E _ �m �3 II J
hblic '� I (C 310N 33S)-.YL Snid.H.1 �w .� 0. _ — I '.')I I s
1.as E E BD ao o XX '_
y N )- g U W�
R.
A gr
4 a a�- W Fvig w r d
pW Z 9 4s l
•
I gw E 1 O �F Se i �w �� ii
a cx E8 2_ z fig o t-" ihr
a 6Z$ o $ aLLS F r r cim Q p 7' 8 y N S a SC C1. O p E j w m 6 1 K
v, c FcS w16 tS o pLL 1 z E: < 1
II
F t�n U.mc -Oi i =rte a s �\ Ci 4°.. .. C� "u. LL 0
z - fV P> V 28 U JU' Or \\\\\\
°� (E 310N 33S) IN''' ,,,,....•�\1l]1• 161=W I .9LM OL I .9 I .1 I a o . . ,. . .a I
in -I \ 1C1 ' * ..
Fa
- Ibil411=1:e
1 t"
.L J
e
OL oS OZ �o yW .0 .4 .8 I • LL
—
0 2 0O Dm O= ���\`�
O Uw oU <9oQ 3 0 / 60
r DrL JW mW .9-.L
W
2w
f it m_
oy a pp� FW is "' .Z-.L .0-.Z
j O JN de, zit.' LL �_'_
w W_ G-.
LL� yp • Ti. W
� Il
i�B a U B W
I
< C
Let.'
OpiG t t3 LL WQ� C D r
rWro m
.ZJL . 3W ZF mW3zdm j �
• 66
O o t ^�, w b o
gill yy wLL�
M1 al�izOz
P! rr
,„IF---__a-------..--•
'b � b W
i . I11< l 1111111.'e
sv<kL z ;/ IAL1.r y' z U2.2I rc= ( •gi)
IN
.11.17161611''1111IIIIIIIINIII O
Mil_
LL Q,,6W a... 25
W K W L_r` g D W
M`L i�iaf gg Eck m)a)
p
µ� ■■�g �� Y_ppf0 n --d f.° t�3 •.>
52
ofa, 4 _gm a.
E as m 'o
111U
-moan W
� aon Naas Aa Nnnvaa
1/01.9•141.1111/MYNOWOw l!!MMW
Em
P.
ILY1g� 0oud N P�� W7Ec1a
1 Od yd az2 ro t- I
� . ._12iii 1.In uj IL 4 ILo o
aoatu rio g. a . a. u.1 s
Vd = 4 s
40Id
K N19
d
�We Ra }
t R
oar 5LH �cY w�2 t '
�NW 3 NE1) `�� `.�,J` W d
< <mc§g -W
• \ S N ` \
•
RQ 0 \ •
kK
iw
•
O OO o0
~ Q
immilo V)u.
�O 0 }
•
m W I
.51..51.
03
0 0
M 11I
110 II 1 0 a Q:•„. 0 to)
f
ce oa
a
F
cow ii
g w 111
Will 1 g w
a0 Q o q
1m
E Sj w
Lau)z c2 0` ,• Q
d—
110111 1 1 ....
ylir /T7/ .s,
•
rui mErzi !`,11 ii
xi. W
h
ffi ♦ w
5
'W
N 1111.11= g y�
W J D
U In
0
CC
—_ W a y
9�poa�m
a W<W .22
2
mgO� (g(r�y,41 NW s
K 2gRw'rS ic0
WO
tmW 920 Zti P-R
I
:iTia �• „pI ,ci Ts.�d
<N N Np
a d.bz a
U O Aovsn :AEI NM O Y O©©0© OOG I
I
I
I APPENDIX B
I PREVAILING WAGES AND BENEFIT CODE KEY
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
1
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
************************************************************************************************************
IOvertime Codes
Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
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.
IB. 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.
ID. 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
I shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day,
shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
I G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four-
ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten
(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
IH. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
I Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
II.
J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through
Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.
IK. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours
worked on holidays shall be paid at double the hourly rate of wage.
I M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid
at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
IN. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
I
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
worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and
one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall
be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on
Sundays and holidays(except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10
workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate
of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or
40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
1
2
1
Benefit 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.
I
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
' F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage.
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.
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.
I U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
I 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.
' 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
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
g
I have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
I 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
I
four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
I of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
3
1
I
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
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is
down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work
week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate.
However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday
through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be
paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and
one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at
one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday
may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked
on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay.
1
1
I.
4
1
IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019
Overtime Codes Continued
I4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturday,Sundays and holidays'shall be paid at double the hourly rate of pay.Rates
include all members of the assigned crew.
I
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations,regulating,capacitor stations,generating
plants,industrial plants,associated installations and substations,except those substations whose primary function is
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
I 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.
I All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the
hourly rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
I On a four-day,ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours
worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four-
day,ten hour work week,and Saturday shall be paid at one and one half(11/2)times the regular shift rate for the first
eight(8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
Ishall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium
rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
I
double the hourly rate of wage.
H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day,
I 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.
I J. 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
of wage.
Irate
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
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
5
I
1
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 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 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 shallbe paid at one and one-half times the hourlyrate of wage,so longas 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
I
IBenefit Code Key—Effective 8/31/2018 thru 3/2/2019
I S. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day,
I
Christmas Eve Day,And Christmas Day(7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
I Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9).
L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday after Thanksgiving Day,And Christmas Day(8).
I
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9).
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.
IQ. 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).
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).
IZ. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day,And Christmas Day(8).
I6. 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).
IG. Paid Holidays:New Year's Day, Martin Luther King Jr. Day,Presidents' Day,Memorial Day, Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve
Day(11). .
1
H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
I
Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10).
I. Paid Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday
After Thanksgiving Day,And Christmas Day(7).
I
7
•
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 '
Holiday.Codes Continued
6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And
Christmas Day(9). '
Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the last working day before Christmas day and Christmas day(8).Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day
(6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving
Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
Holiday Codes Continued
Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
8
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.
IK. Holidays: New Year's Day, Memorial Day, Independence Inde endence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day,Thanksgiving Day,the Last Work Day
before Christmas Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
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.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas,Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday.
IP. Holidays: New Year's Day, Memorial Day, Independence Inde endence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on
Ithe following Monday.
1 Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on
I
a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the
preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
II Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and the day
after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a
holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays
falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
I
Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
li ' V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New
1 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.
9
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 '
Holiday Codes Continued
7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
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 falls 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
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
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.
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 as 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
8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C:$0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A& B: $1.00, Levels C &D:
$0.50. ,
N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B:$0.75,Level
C:$0.50,And Level D:$0.25.
10
1
I
I
Benefit Code Key—Effective 8/31/2018 thru 3/2/2019
Note Codes Continued
8. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit:$1.50,
Class C Suit:$1.00,And Class D Suit$0.50.
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.
S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
I or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
I 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.
U. Workers on hazmat
ro'ects receive additional hourlypremiums as follows—Class A Suit:$2.00,Class B Suit:$1.50,
P J
And Class C Suit:$1.00. Workers performing underground work receive an additional$0.40 per hour for any and all
I
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked. Workers who
do"pioneer"work(break open a cut, build road, etc.)more than one hundred fifty(150)feet above grade elevation
I
receive an additional$0.50 per hour.
V. In addition to the hourly wage and fringe benefits,the following depth and enclosure premiums shall be paid. The
' premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over
I
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.
111
Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance.25'to 300' -$1.00 per foot from entrance.300'to 600'
-$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates
would apply to meters not fitting this description.
I
11
I
Page 1 of 18
1
State of Washington
I Department of Labor & Industries
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 total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
I, 1 Journey Level Prevailing Wage Rates for the Effective Date: 2/5/2019
County Trade Job Classification Wage Holiday Overtime Note
King Asbestos Abatement Workers Journey Level _ $46.57 5D 11-1
King Boilermakers Journey Level $66.54 5N 1C
IKing Brick Mason Journey Level $57.32 5A 1M
King Brick Mason Pointer-Caulker-Cleaner _ $57.32 5A 1M
I King Building Service Employees Janitor $24.63 5S 2F
King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F
King Building Service Employees Window Cleaner (Non- $28.13 5S 2F
I Scaffold)
King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F
King Cabinet Makers (In Shop) Journey Level $22.74 1
I King Carpenters Acoustical Worker $60.04 5D 4C
King Carpenters Bridge, Dock And Wharf $60.04 5D 4C
Carpenters
I King Carpenters Carpenter $60.04 5D 4C
;King Carpenters Carpenters on Stationary Tools $60.17 5D 4C
King Carpenters Creosoted Material $60.14 5D 4C
King Carpenters Floor Finisher $60.04 5D 4C
King Carpenters Floor Layer $60.04 5D 4C
King Carpenters Scaffold Erector $60.04 5D 4C
I 'King Cement Masons Journey Level $60.07 7A 4U
King Divers £t Tenders Bell/Vehicle or Submersible $113.60 5D 4C
Operator (Not Under Pressure)
IKing Divers &Tenders Dive Supervisor/Master $76.33 5D 4C
King Divers &Tenders Diver $113.60 5D 4C 8V !.
I King Divers &Tenders Diver On Standby $71.33 5D 4C
King Divers Et Tenders Diver Tender $64.71 5D 4C
:King Divers & Tenders Manifold Operator $64.71 5D 4C
King Divers & Tenders Manifold Operator Mixed Gas $69.71 5D 4C
I King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C
Operator/Technician
'1 I King Divers &Tenders $60.29 5A 4C
III
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 2 of 18
I
I (Remote Operated Vehicle I I Tender
King Dredge Workers Assistant Engineer $56.44 5D 3F
King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F
I
King Dredge Workers Boatmen $56.44 5D 3F
King Dredge Workers Engineer Welder $57.51 5D 3F
King Dredge Workers Leverman, Hydraulic $58.67 5D 3F
I
King Dredge Workers Mates $56.44 5D 3F
King Dredge Workers Oiler $56.00 5D 3F
King Drywall Applicator Journey Level $58.48 5D 1H
I
King Drywall Tapers Journey Level $59.32 5P 1E
King Electrical Fixture Maintenance Journey Level $28.99 5L 1 E
Workers
I
King Electricians - Inside Cable Splicer $77.51 7C 4E
King Electricians - Inside Cable Splicer (tunnel) $82.84 7C 4E
King Electricians - Inside Certified Welder $74.90 7C 4E
King Electricians - Inside Certified Welder (tunnel) $80.37 7C 4E
King Electricians - Inside Construction Stock Person $39.69 7C 4E
King Electricians - Inside Journey Level $72.30 7C 4E
King Electricians - Inside Journey Level (tunnel) $77.51 7C 4E
King Electricians - Motor Shop Journey Level $45.08 5A 1B I King Electricians - Powerline Cable Splicer $79.43 5A 4D
Construction
King Electricians - Powerline Certified Line Welder $69.75 5A 4D
I
Construction
King Electricians - Powerline Groundperson $46.28 5A 4D
Construction
I
King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D
Construction Operator
King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D
Construction I
King Electricians - Powerline Line Equipment Operator $59.01 5A 4D
Construction
King Electricians - Powerline Meter Installer $46.28 5A 4D 8W I
Construction
King Electricians - Powerline Pole Sprayer $69.75 5A 4D
Construction
1
King Electricians - Powerline Powderperson $52.20 5A
4D
Construction
King Electronic Technicians Journey Level $48.06 7E 1E
I
King Elevator Constructors Mechanic $91.24 7D 4A
KingElevator Constructors Mechanic In Charge $98.51 7D 4A
g
King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1R
I
Products Work Only
King Fence Erectors Fence Erector $41.45 7A 31
King Fence Erectors Fence Laborer $41.45 7A 31 I
King Flaggers Journey Level $41.45 7A 31
King Glaziers Journey Level $63.06 7L 1Y
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 3 of 18
I
King Heat Et Frost Insulators And Journeyman $73.58 5J 4H
(Asbestos Workers
King Heating Equipment Mechanics Journey Level $82.51 7F 1 E
I -King Hod Carriers a Mason Tenders Journey Level $50.42 7A 31
King Industrial Power Vacuum Journey Level $12.00 1
Cleaner
I King Inland Boatmen Boat Operator $61.41 5B 1K
King Inland Boatmen Cook $56.48 5B 1 K
King Inland Boatmen Deckhand $57.48 5B 1K
I King Inland Boatmen Deckhand Engineer $58.81 56 1K
King Inland Boatmen Launch Operator $58.89 56 1 K
King Inland Boatmen Mate $57.31 5B 1K
I King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1
Of Sewer a Water Systems By Operator
Remote Control
I :King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1
Of Sewer Et Water Systems By
Remote Control
I King Inspection/Cleaning/Sealing Head Operator $24.91 1
Of Sewer Et Water Systems By
Remote Control
I King Inspection/Cleaning/Sealing Technician $19.33 1
Of Sewer a Water Systems By
Remote Control
King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1
I Of Sewer a Water Systems By
Remote Control
King Insulation Applicators Journey Level $60.04 5D 4C
King Ironworkers Journeyman $69.28 7N 10
King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31
Screed
I
King Laborers Airtrac Drill Operator $50.42 7A 31
King Laborers Ballast Regular Machine $48.90 7A 31
King Laborers Batch Weighman $41.45 7A 31
IKing Laborers Brick Pavers $48.90 7A 31
King Laborers Brush Cutter $48.90 7A 31
King Laborers Brush Hog Feeder $48.90 7A 31
I KinLaborers Burner $48.90 7A 31
King Laborers Caisson Worker $50.42 7A 31
I
King Laborers Carpenter Tender $48.90 7A 31
King Laborers Caulker $48.90 7A 31
King Laborers Cement Dumper-paving $49.81 7A 31
I King Laborers Cement Finisher Tender $48.90 7A 31
King Laborers Change House Or Dry Shack $48.90 7A 31
King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31
IKing Laborers Chipping Gun(30 Lbs. And $49.81 7A 31
Over)
King Laborers Choker Setter $48.90 7A 31
111
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 4 of 18
I
King (Laborers 'Chuck Tender $48.901 7A I 31 I
I
King Laborers Clary Power Spreader ' $49.81 7A 31
King Laborers Clean-up Laborer $48.90 7A 31
King Laborers Concrete Dumper/chute $49.81 7A 31
I
Operator
King Laborers Concrete Form Stripper $48.90 7A 31
King Laborers Concrete Placement Crew $49.81 7A 31 I King Laborers Concrete Saw Operator/core $49.81 7A 31
Driller
King Laborers Crusher Feeder $41.45 7A 31
I
King Laborers Curing Laborer $48.90 7A 31
King Laborers Demolition: Wrecking a $48.90 7A 31
Moving (incl. Charred I
_Material)
KingLaborers Ditch Digger $48.90 7A
31
gg -King Laborers Diver $50.42 7A 31 I King Laborers Drill Operator $49.81 7A 31
draulic diamond
(hY )
King Laborers Dry Stack Walls $48.90 7A 31
King Laborers Dump Person $48.90 7A 31 I
King Laborers Epoxy Technician $48.90 7A 31
King Laborers Erosion Control Worker $48.90 7A 31 I
KingLaborers Falter Et Bucker Chain Saw 4 1
$ 9.8 7A 31
King Laborers Fine Graders $48.90 7A 31
King Laborers Firewatch $41.45 7A 31
I
King Laborers Form Setter $48.90 7A 31
King Laborers Gabian Basket Builders $48.90 7A 31
I
King Laborers General Laborer $48.90 7A 31
King Laborers Grade Checker Et Transit $50.42 7A 31
Person I King Laborers Grinders $48.90 7A 31
King Laborers Grout Machine Tender $48.90 7A 31
King Laborers Groutmen (pressure)including $49.81 7A 31
I
Post Tension Beams
King Laborers Guardrail Erector $48.90 7A 31
King Laborers Hazardous Waste Worker $50.42 7A 31
I
(level A)
King Laborers Hazardous Waste Worker $49.81 7A 31
(levet B) I King Laborers Hazardous Waste Worker $48.90 7A 31
(levet C)
King Laborers High Scaler $50.42 7A 31 I King Laborers Jackhammer _ $49.81 7A 31
King Laborers Laserbeam Operator $49.81 A 31
King Laborers Maintenance Person $48.90 7A 31
I
King Laborers Manhole Builder-mudman $49.81 7A 31
King Laborers Material Yard Person $48.90 7A 31
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 5 of 18
I King Laborers Motorman-dinky Locomotive $49.81 7A 31
King Laborers Nozzleman (concrete Pump, $49.81 7A 31
Green Cutter When Using
I Combination Of High Pressure
Air & Water On Concrete &
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
KingLaborers $49.81 7A 31
Pavement Breaker
7A 31
-King Laborers Pilot Car $41.45
King Laborers Pipe Layer Lead
$50.42 7A 31
IKing Laborers Pipe Layer/tailor $49.81 7A 31
King Laborers Pipe Pot Tender $49.81 7A 31
I King Laborers Pipe Reliner
Pipe Wrapper $49.81 7A 31
King Laborers $49.81 7A 31
King Laborers Pot Tender $48.90 7A 31
I
King Laborers '• • $50.42 7A 31
King LaborersHelper $48.90 7A 31
King Laborers Power Jacks $49.81 7A 31
I King Laborers Railroad Spike Puller- Power $49.81 7A 31
King Laborers Raker - Asphalt $50.42 7A 31
King Laborers Re-timberman $50.42 7A 31
I
King Laborers Remote Equipment Operator $49.81 7A 31
King Laborers Rigger/signal Person $49.81 7A 31
King Laborers Rip Rap Person $48.90 7A 31
I
King Laborers Rivet Buster $49.81 7A 31
King Laborers Rodder $49.81 7A 31
I :King Laborers Scaffold Erector $48.90 7A 31
;King Laborers Scale Person $48.90 7A 31
King Laborers Sloper (over 20") $49.81 7A 31
I
King Laborers
Sloper Sprayer $48.90 7A 31
King Laborers Spreader (concrete) $49.81 7A 31
King Laborers Stake Hopper $48.90 7A 31
IKing Laborers Stock Piler $48.90 7A 31
King Laborers Tamper & Similar Electric, Air $49.81 7A 31
&Gas Operated Tools
IKing Laborers Tamper (multiple &Self- $49.81 7A 31
propelled)
King Laborers Timber Person - Sewer $49.81 7A 31
(tagger, Shorer& Cribber)
King Laborers Toolroom Person (at Jobsite) $48.90 7A 31
King Laborers Topper $48.90 7A 31
I
King Laborers Track Laborer $48.90 7A 31
King Laborers Track Liner (power) $49.81 7A 31
King Laborers Traffic Control Laborer $44.33 7A 31 8R
I
King Laborers Traffic Control Supervisor $44.33 7A 31 8R
King Laborers Truck Spotter $48.90 7A 31
I
King Laborers Tugger Operator $49.81 7A 31
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 6 of 18
I
King 'Laborers Tunnel Work-Compressed Air $107.60 7A 31 8S
I
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $112.63 7A 31
Worker 30.01-44.00 psi
King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8D ' 1
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8D
Worker 54.01-60.00 psi I
King Laborers Tunnel Work-Compressed Air $124.13 7A 31
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8S I
Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8 .
Worker 68.01-70.00 psi
I
King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8D
Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8S
I
Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8D
Tender
I
King Laborers Tunnel Work-Miner $50.52 7A 31 8S
King Laborers Vibrator $49.81 7A 31
King Laborers Vinyl Seamer $48.90 7A 31
I
King Laborers Watchman _ $37.67 7A 31
King Laborers Welder $49.81 7A 31
King Laborers Well Point Laborer $49.81 7A 31
I
King Laborers Window Washer/cleaner $37.67 7A 31
King Laborers - Underground Sewer General Laborer Et Topman $48.90 7A 31
a Water
I
King Laborers - Underground Sewer Pipe Layer $49.81 7A 31
&t Water
King Landscape Construction Landscape Laborer $37.67 7A 31
I
King Landscape Construction _Landscape Operator $59.49 7A 3C 8P
King Lathers Journey Level $58.48 5D 1H
I
King Marble Setters Journey Level $57.32 5A 1M
King Metal Fabrication (In Shop) Fitter $15.86 1
King Metal Fabrication (In Shop) Laborer $12.00 1 t
King Metal Fabrication (In Shop) Machine Operator $13.04 1
King Metal Fabrication (In Shop) Painter $12.00 1
King Metal Fabrication (In Shop) Welder $15.48 1
I
King Millwright Journey Level $61.54 5D 4C
King Modular Buildings Cabinet Assembly $12.00 1
King Modular Buildings Electrician $12.00 1
I
King Modular Buildings Equipment Maintenance $12.00 1
King Modular Buildings Plumber $12.00 1
King Modular Buildings Production Worker $12.00 1 I
King Modular Buildings Tool Maintenance $12.00 1
King Modular Buildings Utility Person $12.00 1
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 7 of 18
I King Modular Buildings Welder $12.00 1
King Painters Journey Level $42.50 6Z 2B
King Pile Driver Crew Tender _ $54.99 5D 4C
I King Pile Driver Hyperbaric Worker $74.87 5D 4C
Compressed Air Worker
0-30.00 PSI
I King Pile Driver Hyperbaric Worker $79.87 5D 4C
Compressed Air Worker 30.01
-44.00 PSI
I King Pile Driver Hyperbaric Worker $83.87 5D 4C
Compressed Air Worker 44.01
- 54.00 PSI
King Pile Driver Hyperbaric Worker - $88.87 5D 4C
I
Compressed Air Worker 54.01
- 60.00 PSI
King Pile Driver Hyperbaric Worker - $91.37 5D 4C
I
Compressed Air Worker 60.01
- 64.00 PSI •
King Pile Driver Hyperbaric Worker - $96.37 5D 4C
Compressed Air Worker 64.01
- 68.00 PSI
King Pile Driver Hyperbaric Worker- $98.37 5D 4C
Compressed Air Worker 68.01
I
- 70.00 PSI
King Pile Driver Hyperbaric Worker - $100.37 5D 4C
Compressed Air Worker 70.01
I
- 72.00 PSI
King Pile Driver Hyperbaric Worker $102.37 5D 4C
Compressed Air Worker 72.01
I
King Pile Driver - 74.00 PSIJourney Level $60.29 5D 4C
King Plasterers Journey Level $56.54 M, 1R
I King Playground Et Park Equipment Journey Level $12.00 1
Installers _
King Plumbers & Pipefitters Journey Level $83.69 6Z 1G
I King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P
King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P
King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P
I King Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P
Concrete _
King Power Equipment Operators Bobcat $56.90 7A 3C 8P
I
'King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P
Equipment _
King Power Equipment Operators Brooms $56.90 7A 3C 8P
I 'King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P
King Power Equipment Operators Cableways $60.49 7A 3C 8P
King Power Equipment Operators Chipper $59.967A 3C 8P
IKing Power Equipment Operators Compressor $56.90 7A 3C 8P
King Power Equipment Operators $60.49 7A 3C 8P
I
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019 .
Page 8 of 18
I
Concrete Pump: Truck Mount I With Boom Attachment Over
42 M
King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P
Screed
I
King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P
Trailer High Pressure Line
Pump, Pump High Pressure.
I
King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P
With Boom Attachment Up To
42m
I
King Power Equipment Operators Conveyors $59.49 7A 3C 8P
King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P
over I King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P
Tons With Attachments
King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 81"
I
Tons, Or 150'Of Boom
(Including Jib With
Attachments)
King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 81'
I
250' of boom including jib
with attachments
King Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P
I
300' of boom including jib
with attachments
King Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P I
Tons, Under 150'Of Boom
(including Jib With
Attachments)
King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3C 81" I
Under
King Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P
through 199 tons
I
King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P
Attachments A-frame Over 10
Tons
I
King Power Equipment Operators Crusher $59.96 7A 3C 8P
King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P
(power)
I
King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P
King Power Equipment Operators Dozers D-9 a Under $59.49 7A 3C 8P
King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 81"
I
Or Crane Mount
King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P
King Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P
I
Permanent And Shaft Type
King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 81"
And Gamaco £t Similar
I
Equipment
King Power Equipment Operators Forklift: 3000 Lbs And Over $59.49 7A 3C 8P
With Attachments
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 9 of 18
I King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P
I (With Attachments
King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P
Prints, Cut Sheets, Etc
I .
King Power Equipment Operators .• $56.90 7A 3C 8P
King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P
I
King Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P
Articulating Off- Road
Equipment 45 Yards. ft Over
King Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P
Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P
I Locator
King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P
_Operator
I King Power Equipment Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P
10 Tons
King Power Equipment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P
I Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. £t $61.10 7A 3C 8P
Over
I King Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P
But Not Including 8 Yards
King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P
Yards
I
King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P
King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P
I King Power Equipment Operators Locomotives, All $59.96 7A 3C 8P
King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P
King Power Equipment Operators Mechanics, All (leadmen - $61.10 7A 3C 8P
I $0.50 Per Hour Over
Mechanic)
King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P
I King Power Equipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P
Tunnel Drill, Boring, Road
Header And/or Shield
King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P
I
Distribution Ft Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P
IManlifts), Air Tuggers,strato
King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P
20 Tons Through 44 Tons
I King Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P
Tons And Over
King Power Equipment Operators Overhead, Bridge Type: 45 $60.49 7A 3C 8P
I Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P
King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P
IMount)
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 10 of 18
I
King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A I 3C 8P I King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P
King Power Equipment Operators Power Plant $56.90 7A 3C 8P
King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P
I
King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P
King Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P
100 Feet In Height Based To
I
Boom
King Power Equipment Operators Remote Control Operator On $60.49 7A 3C 8P
Rubber Tired Earth Moving
Equipment
King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P
King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P
I
(Certified)
King Power Equipment Operators Rollagon $60.49 7A 3C 8P
King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P I
Materials
King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P I King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P
King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P
45 Yards t
King Power Equipment Operators Scrapers - Concrete £t Carry $59.49 7A 3C 8P
All
King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P
I
Yards And Over
King Power Equipment Operators Service Engineers- Equipment $59.49 7A 3C 8P
King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P I King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P
Tractors Under 15 Metric
Tons.
King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P I
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P
I
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P
Over 50 Metric Tons To 90
I
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P
Over 90 Metric Tons I King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P
King Power Equipment Operators Spreader, Topsider a $60.49 7A 3C 8P
Screedman I King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P
King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P
King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 813
I
Height Base To Boom
King Power Equipment Operators $61.72 7A 3C 8P
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 11 of 18
U
Tower Crane: over 175'
through 250' in height, base
to boom
King Power Equipment Operators Tower Cranes: over 250' in $62.33 7A 3C 8P
I
height from base to boom
King Power Equipment Operators Transporters, All Track Or $60.49 7A 3C 8P
Truck Type
IKing Power Equipment Operators Trenching Machines $59.49 7A 3C 8P
King Power Equipment Operators Truck Crane Oiler/driver- 100 $59.96 7A 3C 8P
Tons And Over
I King Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P
Under 100 Tons
King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P
IConveyor
King Power Equipment Operators Welder $60.49 7A 3C 8P
,King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P
IKing Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P
King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P
Underground Sewer& Water
I King Power.Equipment Operators- Assistant Engineer $56.90 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P
I Underground Sewer& Water
King Power Equipment Operators- Batch Plant Operator, $59.96 7A 3C 8P
Underground Sewer &Water Concrete
I King Power Equipment Operators- Bobcat $56.90 7A 3C 8P
Underground Sewer & Water
King Power Equipment Operators- Brokk - Remote Demolition $56.90 7A 3C 8P
I Underground Sewer& Water Equipment
King Power Equipment Operators- Brooms $56.90 7A 3C 8P
Underground Sewer a Water
I King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P
Underground Sewer& Water
King Power Equipment Operators- Cableways $60.49 7A 3C 8P
I Underground Sewer& Water
King Power Equipment Operators- Chipper $59.96 7A 3C8P
Underground Sewer&Water _
IKing Power Equipment Operators- Compressor $56.90 7AUnderground Sewer & Water
King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P
Underground Sewer & Water With Boom Attachment Over
I
42 M
King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P
Underground Sewer& Water Screed
I King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P
Underground Sewer& Water Trailer High Pressure Line
Pump, Pump High Pressure.
I King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P
Underground Sewer& Water With Boom Attachment Up To
42m
I
King Conveyors $59.49 7A 3C 8P
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 12 of 18
I
Power Equipment Operators- I-ndergroundsewer€ vater I
King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P
Underground Sewer a Water over
King Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 813 I
Underground Sewer&Water Tons With Attachments
King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P
Underground Sewer & Water Tons, Or 150'Of Boom
I
(Including Jib With
Attachments)
King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P
I
Underground Sewer a Water 250' of boom including jib
with attachments
King Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 813
111
Underground Sewer& Water 300' of boom including jib
with attachments
King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P
Underground Sewer& Water Tons, Under 150'Of Boom I
(including Jib With
Attachments)
King Power Equipment Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 813
I
Underground Sewer& Water Under
King Power Equipment Operators- Cranes: Friction cranes $61.72 7A 3C 813
Underground Sewer a Water through 199 tons
I
King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P
Underground Sewer &Water Attachments A-frame Over 10
Tons I King Power Equipment Operators- Crusher $59.96 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 813
I
Underground Sewer a Water (power)
King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 813
Underground Sewer a Water
King Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P I
Underground Sewer a Water
King Power Equipment Operators- Drill Oilers: Auger Type,Truck $59.49 7A 3C 813
Underground Sewer a Water Or Crane Mount
I
King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P
I
Underground Sewer a Water Permanent And Shaft Type
King Power Equipment Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P
Underground Sewer a Water And Gamaco & Similar I Equipment
King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P
Underground Sewer a Water With Attachments I King Power Equipment Operators- Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P
Underground Sewer &Water With Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P
I
Underground Sewer & Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P
Underground Sewer & Water
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
IYage 13 of 1 tS
I King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P
(Underground Sewer £t Water I
King Power Equipment Operators- Hard Tail End Dump $60.49 7A 3C 8P
Underground Sewer a Water Articulating Off- Road
I
Equipment 45 Yards. a Over
King Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P
Underground Sewer a Water Articulating Off-road
I Equipment Under 45 Yards
King Power Equipment Operators- . $59.49 7A 3C 8P
Underground Sewer a Water Locator
I King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 8P
Underground Sewer& Water Operator
King Power Equipment Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P
I Underground Sewer& Water 10 Tons
King Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P
Underground Sewer & Water Tons And Under
I King Power Equipment Operators- Loader, Overhead 8 Yards. & $61.10 7A 3C 8P
Underground Sewer a Water Over
King Power Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P
I Underground Sewer & Water But Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead $59.96 7A 3C 8P
Underground Sewer& Water Yards
I King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P
Underground Sewer & Water
King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P
Underground Sewer& Water
IKing Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P
Underground Sewer&Water
King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P
IUnderground Sewer&Water
King Power Equipment Operators- Mechanics, • $61.10 7A 3C 8P
Underground Sewer & Water • • ' •
' King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P
Underground Sewer& Water
I
King Power Equipment Operators- Mucking Machine, Mole, $60.49 7A 3C 8P '.
Underground Sewer&Water Tunnel Drill, Boring, Road
Header And/or Shield
I King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P
Underground Sewer &t Water Distribution &Mulch Seeding
Operator
King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P
I
Underground Sewer&Water Manlifts), Air Tuggers,strato
King Power Equipment Operators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P
Underground Sewer&Water 20 Tons Through 44 Tons
I
King Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A 3C 8P
Underground Sewer& Water Tons And Over
King Power Equipment Operators- Overhead, Bridge Type: 45 $60.49 7A 3C 8P
I Underground Sewer & Water Tons Through 99 Tons
King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P
Underground Sewer a Water
IKing $59.96 7A 3C 8P
Ihttps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 14 of 18
I
Power Equipment Operators- Pile Driver (other Than Crane
Underground Sewer a Water Mount)
King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P I
Underground Sewer a Water
King Power Equipment Operators- Power Plant $56.90 7A 3C 8P
Underground Sewer & Water
I
King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P
I
Underground Sewer a Water
King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P
Underground Sewer a Water 100 Feet In Height Based To
I
Boom
King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P
Underground Sewer a Water Rubber Tired Earth Moving
Equipment
King Power Equipment Operators- Rigger And
Bellman $56.90 7A
3C
8P
Underground Sewer a Water
King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P I
Underground Sewer a Water (Certified)
King Power Equipment Operators- Rollagon $60.49 7A 3C 8P
Underground Sewer a Water , I
King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P
I
Underground Sewer a Water Materials
King Power Equipment Operators- Roto-mitt, Roto-grinder $59.96 7A 3C 8P
Underground Sewer a Water
I
King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P
I
Underground Sewer a Water 45 Yards
King Power Equipment Operators- Scrapers - Concrete a Carry $59.49 7A 3C 8P
Underground Sewer a Water All
I
King Power Equipment Operators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P
Underground Sewer a Water Yards And Over
King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P
I
Underground Sewer a Water
King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P
Underground Sewer a Water I King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P
Underground Sewer a Water Tractors Under 15 Metric
Tons.
King Power Equipment Operators- Shovel, Excavator, Backhoe: $60A9 7A 3C 8P ' I
Underground Sewer a Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P t
Underground Sewer a Water Tractors: 15 To 30 Metric Tons
King Power Equipment Operators- $61.10 7A 3C 8P
Underground Sewer a Water
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 15 of 18
I
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
I King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P
Underground Sewer a Water Over 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P
Underground Sewer a Water
I
King Power Equipment Operators- Spreader, Topsider & $60.49 7A 3C 8P
Underground Sewer a Water Screedman
King Power Equipment Operators- Subgrader Trimmer $59.96 _ 7A 3C 8P
I
Underground Sewer a Water
King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P
Underground Sewer a Water
I King Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P
Underground Sewer a Water Height Base To Boom
;King Power Equipment Operators- Tower Crane: over 175' $61.72 - 7A 3C 8P
I Underground Sewer a Water through 250' in height, base
to boom
King Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P
I Underground Sewer a Water height from base to boom
King Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P
Underground Sewer a Water Truck Type
I King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P
Underground Sewer a Water Tons And Over
IKing Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P
Underground Sewer & Water Under 100 Tons
King Power Equipment Operators- Truck Mount Portable $59.96 7A 3C 8P
I
Underground Sewer a Water Conveyor
King Power Equipment Operators- Welder $60.49 7A 3C 8P
Underground Sewer& Water
' King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P
Underground Sewer a Water
King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P
Underground Sewer a Water
King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A
Trimmers
I King Power Line Clearance Tree Spray Person Trimmers $47.37 5A 4A
;
`King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A
I Trimmers
King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A
Trimmers
I King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A
Trimmers
King Refrigeration a Air Journey Level $79.51 6Z 1G
I Conditioning Mechanics
King Residential Brick Mason Journey Level $57.32 5A 1M
King Residential Carpenters Journey Level $45.05 5D 4C
I
King Residential Cement Masons Journey Level $60.07 7A 4U
I I
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 16 of 18
I
King Residential Drywall 'JourneyLevet $45.05 5D 4C
I
Applicators I
King Residential Drywall Tapers Journey Level $45.19 5P 1E
King .- - • • IKing Residential Glaziers Journey Level $42.05 7L 11-I
King Residential Insulation Journey Level $45.05 5D 4C
Applicators I King Residential Laborers Journey Levet $36.68 7A 1H
King Residential Marble Setters Journey Level $57.32 5A 1M
King Residential Painters Journey Level . $42.50 6Z 2B
I
King Residential Plumbers a Journey Level $51.37' 5A 1G
Pipefitters
King Residential Refrigeration a Air Journey Level $51.37 5A 1G I Conditioning Mechanics
King Residential Sheet Metal Journey Level (Field or Shop) $50.01 7F 1R
Workers
I
King Residential Soft Floor Layers Journey Level $49.43 5A 3J
King Residential Sprinkler Fitters Journey Level $46.58 5C 2R
(Fire Protection) I King Residential Stone Masons Journey Level $57.32 5A 1M
King Residential Terrazzo Workers Journey Level $52.61 5A 1M
King Residential Terrazzo/Tile Journey Level $43.44 5A 1B I Finishers
King Residential Tile Setters Journey Level $52.61 5A 1M
King Roofers Journey Level $51.52 5A 3H
I
King Roofers Using Irritable Bituminous $54.52 5A 3H
Materials
King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E
I
King Shipbuilding a Ship Repair New Construction Boilermaker $36.36 7V 1
King Shipbuilding a Ship Repair New Construction Carpenter $36.36 7V 1
King Shipbuilding & Ship Repair New Construction Crane $36.36 7V 1
I
Operator
King Shipbuilding a Ship Repair New Construction Electrician $36.36 7V 1
King Shipbuilding a Ship Repair New Construction Heat & $73.58 5J 4H I
Frost Insulator
King Shipbuilding a Ship Repair New Construction Laborer $36.36 7V 1
King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1
I
King Shipbuilding a Ship Repair New Construction Operating $36.36 7V 1
Engineer
King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1
I
King Shipbuilding a Ship Repair New Construction Pipefitter $36.36 7V 1
King Shipbuilding a Ship Repair New Construction Rigger $36.36 7V 1
King Shipbuilding a Ship Repair New Construction Sheet Metal $36.36 7V 1 I
King Shipbuilding a Ship Repair New Construction Shipfitter $36.36 7V 1
King Shipbuilding a Ship Repair New Construction $36.36 7V 1
I
Warehouse/Teamster
King Shipbuilding a Ship Repair New Construction Welder / $36.36 7V 1
Burner
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
I
I
Page 17 of 18
I
King Shipbuilding & Ship Repair Ship Repair Boilermaker $44.95 7X 4J
King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J
King Shipbuilding & Ship Repair Ship Repair Crane Operator $44.06 7Y 4K
King Shipbuilding & Ship Repair Ship Repair Electrician $44.95 7X 4J
King Shipbuilding a Ship Repair Ship Repair Heat a Frost $73.58 5J 4H
Insulator
King Shipbuilding a Ship Repair Ship Repair Laborer $44.95 7X 4J
' King Shipbuilding & Ship Repair Ship Repair Machinist $44.95 7X 4J
King Shipbuilding a Ship Repair Ship Repair Operating $44.06 7Y 4K
Engineer
King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J
King Shipbuilding & Ship Repair Ship Repair Pipefitter $44.95 7X 4J
I
;King Shipbuilding a Ship Repair Ship Repair Rigger $44.95 7X 4J
King Shipbuilding a Ship Repair Ship Repair Sheet Metal $44.95 7X 4J
King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J
tKing Shipbuilding & Ship Repair Ship Repair Warehouse / $44.06 7Y 4K
Teamster
King Sign Makers & Installers Journey Level $49.70 0 1
t (Electrical)
King Sign Makers a Installers (Non- Journey Level $31.52 0 1
Electrical)
I
King Soft Floor Layers Journey Level $49.43 5A 3J
King Solar Controls For Windows Journey Level $12.44 1
King Sprinkler Fitters (Fire Journey Level $77.39 5C 1X
IProtection)
King Stage Rigging Mechanics (Non Journey Levet $13.23 1
Structural)
I
King Stone Masons Journey Level $57.32 5A 1M
King Street And Parking Lot Journey Level $19.09 1
Sweeper Workers •
I King Surveyors Assistant Construction Site $59.49 7A 3C 8P
Surveyor
King Surveyors Chainman $58.93 7A 3C 8P
IKing Surveyors Construction Site Surveyor $60.49 7A 3C 8P
King Telecommunication Journey Level $48.06 7E 1 E
Technicians
1 I King Telephone Line Construction - Cable Splicer $41.22 5A 2B
Outside
King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B
IOutside
King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B
Outside
I
King Telephone Line Construction - Special Aparatus Installer I $41.22 5A 2B
Outside
King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B
IOutside
King Telephone Line Construction - Telephone Equipment $41.22 5A 2B
Outside Operator (Heavy)
I
King $38.36 5A 2B
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019
Page 18ot18
I
Telephone Line Construction - Telephone Equipment I Outside Operator (Light) I I
King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B
Outside
King Telephone Line Construction - Television Groundperson $21.92 5A 2B
111
Outside
King Telephone Line Construction - Television $29.13 5A 2B
Outside Lineperson/Installer
I
King Telephone Line Construction - Television System Technician $34.68 5A 2B
Outside
King Telephone Line Construction - Television Technician $31.18 5A 2B I
Outside
King Telephone Line Construction - Tree Trimmer $38.36 5A 2B
Outside I King Terrazzo Workers Journey Levet $52.61 5A 1M
King Tile Setters Journey Levet $52.61 5,4 1M
King Tile, Marble a Terrazzo Finisher $43.44 5A 1B I Finishers
King Traffic Control Stripers Journey Level $45.53 7A 1K
King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L
I
King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L
King Truck Drivers Dump Truck $53.46 5D 3A 8L
King Truck Drivers Dump Truck a Trailer $54.30 5D 3A 8L
I
King Truck Drivers Other Trucks $54.30 5D 3A 8L
King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T
King Truck Drivers - Ready Mix Non-Booster Loads Under 9 $52.53 5A 4T
Cubic Yards
King Well Drillers a Irrigation Pump Irrigation Pump Installer $17.71 1
I
Installers
King Welt Drillers a Irrigation Pump Oiler $12.97 1
Installers
King Welt Drillers a Irrigation Pump Well Driller $18.00 1
I
Installers
I
I
1
I
I
I
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/5/2019 I