Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-196 - Pavement Maintenance of WA RETURN TO:. PW ADMIN EXT: 2700 ID#: u
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORINT
1. ORIGINATING DEPT/DIV: PUBLIC ;?u'O RIC S/ ( a
2. ORIGINATING STAFF PERSON:
3., TYPE OF DOCUMENT(CHECK ONE): W �� � � �"�"�� _ . EXT. !�,��� ........� 3. DATE REQ.�B"�' ..
I I'�
CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
I, PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
Cl PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT Cl SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL
........ ......
❑ OTHER _..e.
4. PROJECT NAME: 0
r �..
ADDRESS.CGOy i It�G IR wR ._ I'j CY1.I.h.1?IiP I lI. Y.
5. NAME OF
w y�e
k'Ax.
SIGNATURE NAME: � �.yG es."i d l c.
TTI
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFWLICENSE# y BL,,EXP.12/31/_ UBI#_.......... EXP.
_.. .
COMPLETIONI),a 6'
7. TERM: COMMENCEMENT DATE . .. a _. .... ....w .....
8. TOTAL COMPENSATION:' (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON I•IC'kI RLY LABOR CHARGE—ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
nnnnnn
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ � PAID BY: ❑CONTRACTOR ❑CITYmmm
RETAINAGE: RETAINAGE AMOUNT:
❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:_ 1.1,Ljmb'� �.a
9. DOCUMENT/CONTRACT REVIEW INTTu1.Lf D WTE 1wr,V[ W 1,,'-, I INITIAL/DATE APPROVED
l N""lk0,lFC:T MAN Aa61R
�DBW"ISI(")N MANAGER
DEPuTy DIRECTOR
�1
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE) _
)(LAW DEPT
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENTTO VENDOR/CONTRACTOR DATE SENT: )')A' &YY„ WA" A) DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ 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
❑ FINANCE DEPARTMENT
u LAW DEPT
s (G A�IORY MAYOR OR
r — —
ITYCLERK
❑ ASSIGNED AG# A(a , ......... n[,, „
El SIGNED COPY
❑RETURN ON ORIGINAL
RETURNED DATE SENT:
COMMENTS:
EXECUTE" "ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
19-196 AG #19-196 2 December 31, 2019
PROJECT NUMBER AGREEMENT �
NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
Pavement Maintenance of
MllitarRepair Washington, C
"y,R'�a.PROJEC Pavement
...� CONTRACTORL
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order No. 2 provides the cost to perform additional Roadway Excavation Incl. Haul and HMA Cl.
1/2" PG58H-22 for Pavement Repair on Stone Brook and Campus Woods. The reason for adding these
items as part of the Change Order#2 is to repair large pot holes that were severely damaged by last year
winter storm as shown on attached Aerial Plans.
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 PR....IC—E �
CES:.
ITEM
NO. ITEM DESCRIPTION QTY UNIT PRICE TOTAL
!.
1. Haul 268 SYAN $15.25 w$4,087.00...... 7 .Roadway Excavation Inc __,._..m ..._ ... ...._
10 HMA Class 1/2" PG 58H-22 for Pavement Repair 36 TN $165.00 $5,940.00
Total= $10,027.00
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE$ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ '149999.00
PREVIOUS CHANGE ORDERS $ 0
THIS CHANGE ORDER $ 10,027.00
NEW CONTRACT AMOUNT $, 160,026-00
CHANGE ORDER AGREEMENT 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
deleted pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNKYORE DATE
PUBL6 WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
�IBIB11� r //i/ ri/i r✓ r a r�rF ��re��//i%///% /%�/iii/
w4u
LCM
v,AlOF WO
,,/ i. el
p rrir �r rill �/� r jri
Pavement Maintenance of Washington, LLC
19411 SE Green Valley Rd.
Auburn, WA 98092
December 18, 2019
City of Federal Way
33325 8th AVE S.
Federal Way, WA 98003
RE: Company Signature Authorization
To Whom It May Concern:
The individuals below are authorized to sign for all matters relating to Pavement Maintenance of
Washington, LLC as deemed necessary for compliance with Federal, State and/or local regulations
applicable to your company.
COMPANY OFFICERS/MANAGERS /SUPERVISORS /FACILITY SECURITY OFFICERS
Name: ... Si�ature: �� Title:..._ ._ _......
Name: Signature: � — ....._.Title: ...............
Name:.. _ iature;a. _.__rr... Title:
President, CEO or Owner: (Print Name)Email Address:
S' Date:
����,atu�re: a .,.,� ... .� ...�..�.___.._
Please feel free to contact our main office at(425)222—3523 with any questions.
Thank you,
April Wittenborn
1/1612020 Corporations and Charities System
i r,ess r t as-and Charities Filing System
13 ' IN,ESS INFORMATION
Business Name:
PAVEMENT MAINTENANCE OF WASHINGTON LLC
UBI Number:
603 075 530
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
19411 SE GREEN VALLEY RD,AUBURN,WA,98092-1590, UNITED STATES
Principal Office Mailing Address:
19411 SE GREEN VALLEY RD,AUBURN,WA,98092-1590, UNITED STATES
Expiration Date:
01/31/2020
jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
01/06/2011
Period of Duration:
PERPETUAL,
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
https://ccfs.sos.wra.gov/#/BusinessSearch/Businessinformation 1/2
1/16/2020 Corporations and Charities System
Registered Agent Name:
APRIL WITTENBORN
Street Address:
19411 SE GREEN VALLEY RD,AUBURN,WA, 98092-1590, UNITED STATES
Mailing Address:
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL APRIL WITTENBORN
Back
r .......................
Filing History J Name History _ ..P....r_int.... , a Return to Business !!�earch
_...._.�..
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2
CERTIFICATE TES U M�� II DATE(MMIDD/YYYY)
09/1212019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER... _.. LINI�IT`: r Knstie En jish
iaaDAr_
English Insurance Group,LLC PHWmrE rAA
5005 200th Street SW Suite 102 E 4%r1L rro� (425)673-7948 Uyl&ti) ?�2 I6T3-- -
LYNNWOOD,WA 98036 ADr c:_�. kristie@englishina» irance��roup.coin
se# 245177 INSURER(SI AFFORDING COVERAGE NAIC i
License
INSURERa _ 111 _ .ERIT1l,l�,�UR.�4NC4, NY...,.. 24002
INSURED.� T A
INSURER 8: M,t� �..,.LOF ENIMCLAW ®_ .A�i14i76.. ,,,,,.,.,.,
m,. Ina"rprip
lone)Unian Fire e PgmPany of Pltte6
PAVEMENT MAINTENANCE OF WASHINGTON,LLC INSURER C Nat, ,
19411 SE GREEN VALLEY RD INSURER D
AUBURN,WA 98092
INSURER E. .... ....� ...... ,..,,,,,.-
INSURER F:
COVERAGES CERTIFICATE NUMBER: 00000000-0 REVISION NUMBER: ae
-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
.H ----- ........
rTRI _ � �L�UEfY „�_ _ POLICY EFF POLICY ERP
IpV 14 ftl TYPE OF INSURANCE 6INS POLICY NUMBER MWDD/YYY ,MM/DD/YY, = �MITS
A " COMMERCIAL GENERAL LIABILITY Y Y BL.S`59286086 11/26/2018 '.11/2612019 1 00,000
;,�rJeM �i rTUsrt�f
CLAIM irAD �... , c.)Cr:Ul�z
—..1. _ , <u ui� iwalaury s000
...... .�.,000x
000
Dyir �I�I A��r;rl err I 2 X00 000
a�A•iuAi�'uiilll ��
iiu ., x en
LIC O PRODUCTSCOMP/OPAGO
ori I r IIr,,,- OOOmO O,a
B ^AUTOMOBILE LIABILITY CPP0024376 11/26/2018 11/26/2019
,"ol%RY ADl1'0 L3LDLY00 Y IhNIUIDY(r�o�a�ne.,urovt„
l
HIRED ,.. NON GY"DWVWI:r I:D 4 ., ....... .,
OWNED G l l l DUI ED D"W(l"u r wa.a iuflau�i@P �
AUTOS rDn,ONLY �Aldll L7
s, ,I AUTO a ONLY _... AU!'C.6�8 ONLY �:'. .....e� t� ....._.....,. ._.......... ...., .....
UMBRELLA
11/26/2019 i �..._—_��.._ . 2..000,000
C OCCUR EB11016232547 11/19/2018 11/26/2019 w�+ I + u r a,
UMBRELLA LIAR
„-EXCESS LIA8 wr�mn,.-r„��I,Lr r,it AIE s 2,000,000
,WORKERS COIIAPENGA'rION
A BLS59286086 iv2sr2Dis iv26r2ais sr,�)� ( ��I;�' Stop Gap
AND FMPI.OYERS f LABII 4rY YlIF1
(
ANY
�akvy,i1n�1)ER hAa u.�urru rr I I_i M ASE_=.i A r M a r_Y S 1,000,000
000
Y 6 RO11 R1 ETORY PAR11MIkY'dII;XEC`U11VE p— N/A r.i EACI lACC,1 DENT $ 1,000,.-- -
O
Vr si,alrtn�cr4fbe um�loll
o:,�Ar:lR4u iON OF OPE RA:�ruA�,NS r � 1 . L ,-A�,u- I�,r,�,.��� $ 1,000.000 .,
- stu�nxwr urDi
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If mare space is required)
The City of Federal Way,its officers,officials,employees,volunteers and agents are listed as additional Insured when required
by written contract per attached form CG 88100413.Certificate holder is listed as Additional Insured when required by written
contract per attached form CG 88100413.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Federal Way THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
City Hall ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave.S.
FEDERAL WAY,WA 98003 AUTHORIZED REPRESENTATIVE
(KRE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Printed by KRE on September 12,2019 at 11:27AM
d
RETURN TO: PW ADMIN EXT: 2700 ID#: 5UDE5
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORINT
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ ST O M
2. ORIGINATING STAFF PERSON: r j- H U`/KI VI EXr: 1721 3. DATE REQ.$Y:
3. TYPE OF DOCUMENT(CHECK ONE):
'1q CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
X PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E-G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
a4 CONTRACT AMENDMENT(AG#): I W—i y ❑ INTERLOCAL
❑ OTHER ++ � L
4. PROJECT NAME: mi I T�%C�� �U G1 j 4 Sou f h P Adam i?'i
5. NAME OF CONTRACTOR: �," "ti e1 'T=.� t 1i C 'C.' L
ADDRESS: C' �- f 1 TZI PHL]NE:14 7— r Z
— ] ]
E-MAIL: 1V1 i FAX:
SIGNATURE NAME: Tn'L.E: Prcj�'Cf !l
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITYTO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# EXP.
7. TERM: COMMENCEMENT DATE:—=+ 0 I`-I COMPLETION DATE:. _Y-Ctmbe.,c 31 i 20
8. TOTAL COMPENSATION:$ ]L¢ l 1"I� ;` (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES Cl 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
❑ PURCHASING: PLEASE CHARGE TO: 101 P L-V 00 .2-I-I-0 — 674 2-— 5—c)— 4&0
9. DOCUMENT/CONTRACT REVIEW INITIAL)'y fD+ArE REVIEWED INITIAL/DATE APPROVED
7 I' Lf_i-N 1. :"C'T-(3.
� �i� iSiC+h. '1r1.,;_v,li�Glt I1 ZI
DEI Lc ioit -:• l __..-
❑ RISK MANAGEMENT (IF APPLICABLE) r,
LAW DEFT �, 4{ d- f
10. COUNCHIAPPROVAL.(IF APPLICABLE) SCHEDULED COMMITTEE DATE: _ COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: / COUNCIL APPROVAL DATE:
11. CONTRACT SIa:N k]klRf RCVI TV4 9 9
❑ SENT T�7 V LSI L]i}IL C'C+ +TR-�t,Z CSR DATE SENT: � ) DATE REC'D: +
2.
❑ ATTACH: �;It.-N.!1 L RE \Li I E ii:iRI I'`V. INSURANCE CERTIFICATE,LICENSES,EXHD3ITS
❑ 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
CITY
pSSIG,"ED AG- AG#
si _=C f_' I_?.'•ID DATE SENT:
R.[-'-1 RN C?I'•iiE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
1/2018
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG# 19-195 AG#19-196 1 November 21,2019
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
Pavement Maintenance of
_Military Road South Pavement Repair _ Washington, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The reason to extend the Military Road South Pavement Repair contract completion date from November
30, 2019 to December 31;2019 is because weather and temperature conditions have limited the City's
Contractor and their Subcontractors from completing the project per contract completion date. According
to WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 2018 Edition, Section 5-
04.3(l)Weather Limitations, HMA wearing course can't be placed on traveled way beginning October 1st
through March 315{of the following year
The time provided for completion in the Contract is
0 Unchanged
® Increased by 14 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
TOTAL NET CONTRACT: INCREASE , DECREASE$
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 149.999.00
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $ 0�
NEW CONTRACT AMOUNT $ '149,999.00
CHANGE ORDER AGREEMENT 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
deleted pursuant to Change Order except as specifically described in this Change Order.
(CGNfkACTOPS SIGNATURE r ATE
1-0 4"7,1"-Il ti- 1IvtktC�
PUB IC WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
` T DATE(MM/DDIYYYY)
CERTIFICATE OF LIABILITY INSURANCE
�r 12/19/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Kristie English
English Insurance Group, LLC PHONE FAX
5005 200th Street SW Suite 102 425 673-7948 425)673-7942
E-MAIL c
LYNNWOOD,WA 98036 AnnpFqq. kristie@englishinsurancegroup.com
License#: 245177 INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A: OHIO SECURITY INSURANCE COMPANY 24082
INSURED INSURER B: STARSTONE SPECIALTY INSURANCE COMPANY 24074
PAVEMENT MAINTENANCE OF WASHINGTON, LLC INSURER C-
19411 SE GREEN VALLEY RD INSURERD:
AUBURN,WA 98092 INSURERE:
INSURER F' J
COVERAGES CERTIFICATE NUMBER: 00000077-2118090 REVISION NUMBER: 153
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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ACIDLITYPE OF INSURANCE 5UBR POLICY NUMBER I MM7O❑YYYY
POLICY EXP
LTR IMM+DDIYrY', ; LIMITS
A X COMMERCIAL GENERAL LIABILITY Y BLS59286086 11/2612019 11/26/2020 EACH OCCURRENCE $ __1.000.000
DAMAGE TO RENTED
CLAIMS-MADE FXI OCCUR PREMISES occu en $ 1.000,000
MED EXP(Any one person) $ 15.000
PERSONAL&ADV INJURY $ 1.000.000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2.000.000
POLICY[j] ECC F-1LOCPRODUCTS-COMP/OP AGG $ 2,000,000
OTHER I 1 1 $
A AUTOMOBILE LIABILITY BLS59286086 11/2612019 11/26/2020 COMSINED SINGLE LIMIT $ 1 000,000
r:KANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY Per accident $
B UMBRELLA LIAR i W I OCCUR 75839T190ALI 11/26/2019 11/26/2020 EACH OCCURRENCE $ 2,000,000
EXCESS LIAB —M CLAIMS-MADE AGGREGATE $ 2,_000,000
I DfEC 1 RETENTION$ $
A WORKERS COMPENSATIONBLS59286086 11/26/2019 11/26/2020 X PER STH StopGa
AND EMPLOYERS'LIABILITY STATUTE
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN E1.EACH ACCIDENT $ 1,000,000
r�l;- ':;�•;-^.t-=ft EXCLUDED? NIA
t".'I.3u.i.�tury,rNH1 E.L.DISEASE-EA EMPLOYEE S 1,000,000
,.cu E.L.DISEASE-POLICY LIMIT $ 1
!!L.=,:-f'::P I •n. below s000000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE: Green Gables NTS Project located at SW 325th PI.SW 325th Way,and 47th Ave.SW FEderal Way,WA
The City of Federal Way,its officers,officials,employees,volunteers and agents are listed as additional insured when required
by written contract per attached form CG 88100413.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave. South
FEDERAL WAY,WA 98003 AUTHORIZED REPRESENTATIVE
T 1
(KRE)
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Printed by KRE on December 19,2019 at 09:59AM
- 42:5222-3523
425-270-1818
�l
Off ice(Opmow il.c.com
www.pmowilc.com
pmow Ilc
Pavement Maintenance of Washington, LLC
19411 SE Green Valley Rd.
Auburn, WA 98092
December 18, 2019
City of Federal Way
33325 Stn AVE S.
Federal Way, WA 98003
RE: Company Signature Authorization
To Whom It May Concern:
The individuals below are authorized to sign for all matters relating to Pavement Maintenance of
Washington, LLC as deemed necessary for compliance with Federal, State and/or local regulations
applicable to your company.
COMPANY OFFICERS /MANAGERS /SUPERVISORS /FACILITY SECURITY OFFICERS
Name: Signature: ;'r..--� Title:
Name: Signature: Title:
Name: Signature: Title:
President, CEO or Owner: (Print Name)Email Address:
Signature: Date:
Please feel free to contact our main office at(425) 222—3523 with any questions.
Thank you,
April Wittenborn
12/19/2019 Corporations and Charities System
Cir Myna-and Charities Filing System -
�i�i e s slull —
BUSINESS IWORMATION
Business Name:
PAVEMENT MAINTENANCE OF WASHINGTON LLC
UBI Number:
603 075 530
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
19411 SE GREEN VALLEY RD,AUBURN,WA,98092-1590, UNITED STATES
Principal Office Mailing Address:
19411 SE GREEN VALLEY RD,AUBURN,WA,98092-1590, UNITED STATES
Expiration Date:
01/31/2020
jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
01/06/2011
Period of Duration:
PERPETUAL --
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT iNFORMATION
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/2
121'1912019 Corporations and Charities System
Registered Agent Name:
APRIL WITTENBORN
Street Address:
19411 SE GREEN VALLEY RD,AUBURN,WA,98092-1590, UNITED STATES
Mailing Address:
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL APRIL WITTENE30RN
Back
Filing History Name History Print Return to Business Search
https:Hccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2
n RETURN TO: PW ADMIN EXT: 2700 ID#: r `7
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS
ORIGINATING STAFF PFRSo}1Hu_)(N)'-4 EXT: 27021 3. DATE REQ.Blv:
TYPE OF DOC:UhII:ti I t i i-11-_ k ONE):
!?CONI P V_ F-R SF 1.'t=t 1100 DOCUMENT(E.G.,RFB,RFP
P1131.1( 1\01?1:S CGN I RACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRAC'
❑ PROFESSIONAL SERVICE AGREEMENT 1:1 MAINTENANCE AGREEMENT VV ,
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG NNED
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G T'S BOND RELATED DOCUMENTS)
'
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL
❑ OTHER IIrL
4. PROJECT NAME: 1 1+a4q 'r_
5. NAME OF CO v'TRA R: f,v N�C 1"-T r n'sue W L{,c
ADDRESS: TELEPHONE:
E-MAIL: W 1pmQ'vjLLf_ FAX:
SIGNATURE NAME: TITLE: lI
6. EXHIBITS AND ATTACHMENTS: � SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP.`112_/31/ t� n UBI# I EXP. / / C�
7. TERM: COMMENCEMENT DATE: t 11� yY1�3lLrrY y .G.o �'I COMPLETION DAm—och _lar 2)1, '2019
8. TOTAL COMPENSATION:$ � �W• 0y (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY L R 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
�$ PURCHASING: PLEASE CHARGE TO: t r 542 _ � Ago ON
9. DOCUMENT/CONTRACT REVIEW 1Nn'jx.L/DAIERFVIEWED INITIAL/D APPROVE
PROJECT MANAGER
❑ DIVISION MANAGER -
❑ DEPUTY DIRECTOR 't ;
❑ DIRECTOR
❑ RISKMANAGEMENT (IFAPPLICABLE)
IL LAW DEPT -7/1 1
ii
10.. COUNCIL APPROVAL IF APPLICABLE SCHEDULED COMMITTEE DATE: (' LC
( ) (� `-} COMMITTEE APPROVAL DATE: ((yy
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: {J `
11. CONTRACT SIGNATURE ROUTING p� LIT❑ SENTTO VENDOR/CONTRACTOR DATE SENT: (61 I {KDATE REC'D: -
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,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
❑ CPT G
iGNAI'ORY(MAYOR OR DIRECTOR) T
CM'C.LI-RK
.���'�..,v.7D.1(o' I
f✓ - t
❑ SI,I•;f I CC,I') RI.ir:RNED � SENT:
COMMENTS: I
EXECUTE n "01-:If I'�:ALS
1/2018
MILITARY ROAD SOUTH PAVEMENT 'REPAIR
City of Federal Way
33325 Eighth Avenue South
Federal Way, 'WA 98003
Pre ared_B. .,
PUBLIC WOR"DE"PAR TIME'
CITY OF F'ED'ERAL WAY, WASHINGTON
s! * ♦
A`• AYE .�. f* — ...._.
•. ,UI,. a Tp: rX1
• r
p
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE - REQUEST FOR QUOTE..........................................................................1
PUBLICWORKS CONTRACT..............................................................................................5
EXHIBIT A: SCOPE OF WORK.........................................................................................18
EXHIBIT B: CONTRACT CHANGE ORDER AGREEMENT...................................................20
EXHIBIT C: CONTRACTOR'S RETAINAGE OPTION..........................................................22
EXHIBIT D: RETAINAGE BOND TO CITY OF FEDERAL WAY............................................23
EXHIBIT E: NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT..................................................27
EXHIBIT F: CERTIFICATE OF INSURANCE......................................................................28
EXHIBIT G: PERFORMANCE/PAYMENT BOND................................................................29
EXHIBIT H: TITLE VI ASSURANCES................................................................................32
EXHIBIT I: PREVAILING WAGES AND BENEFIT CODE KEY ...........................................34
INTRODUCTION TO SPECIAL PROVISIONS (APPENDIX A) ......................BLUE PAGES
STANDARD PLANS AND DETAILS (APPENDIX B)....................................WHITE PAGES
CRACK SEALING VICINITY MAP AND STREETS LIST (APPENDIX C)....YELLOW PAGES
CITY OF FEDERAL WAY
REQUEST FOR QUOTE
MILITARY ROAD SOUTH PAVEMENT REPAIR
I. PURPOSE OF REQUEST
The City of Federal Way ("City") is requesting quotes for the purpose of the Military
Road South Pavement Repair. The City's needs are outlined in the following Request
for Quotes ("RFQ").
II. TIME SCHEDULE
The City will follow the following timetable, which should result in a selection of a
contractor by July 24, 2019.
Issue RFQ July 22, 2019
Deadline for Submittal of Quotes 10:00 am July 24, 2019
Notify Contractor Chosen July 24, 2019
Land Use Transportation Committee (5:00 p.m.) August 5, 2019
Notify Contractor of City Council Approval August 21, 2019
III. INSTRUCTIONS TO PROPOSERS
A. All quotes shall be sent via email to:
Jeff Huynh
Street Systems Engineer
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003-6325
(253) 835- 2721
.ef hu nh it cit yoffederalwa .coin
B. All quotes must be submitted via email with "RFQ — Military Road South
Pavement Repair" in the subject line. No liard Copies tk ill be accepted. All quotes
must be received by 10:00 a.m. on Wednesday, July 24, 2019 at which time they
will be reviewed. No faxed or telephone quotes will be accepted.
C. The Street Systems Engineer or representative will notify the contractor selected
by July 24, 2019.
D. All quotes must include the following information:
1. Completed Exhibit A in electronic form.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 1 —
2. A proposed outline of project tasks, products, and schedule based on Exhibit
A.
Fill out your company's name and the unit prices, and send via email to
-eff hu nh aici offederalwa .cam.
E. Public Works Development Standard Details can be downloaded from the
following website:
http:,'%docs.ei tyoffed oral way.corn'V4'EB L 1NK,B rowse.aspx?dbi_d-0
F. Any technical questions regarding the RFQ may be addressed to:
Jeff Huynh or Desiree Winkler, PE
Street Systems Engineer Deputy Public Works Director
(253) 835- 2721 (253) 835- 2711
iefF.huynh(acityoffederalway.com desiree.winklergicit.yoffederalway_com
IV. SELECTION CRITERIA
Factor
Lowest responsive, responsible quote
Each quote will be independently evaluated.
V, TERMS AND CONDITIONS
A. The City reserves the right to reject any and all quotes, and to waive minor
irregularities in any quote.
B. The City reserves the right to request clarification of information submitted, and
to request additional information from the contractor.
C. The City reserves the right to award the contract to the next most qualified
contractor, if the successful contractor does not execute a contract within thirty
(30) days after the award of the quote.
D. Any quote may be withdrawn up until the date and time set above for opening of
the quotes. Any quote not so timely withdrawn shall constitute an irrevocable
offer, for a period of ninety (90) days to sell to the City the services described in
the attached specifications, or until one or more of the quotes have been approved
by the City administration, whichever occurs first.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 2 —
E. The contract resulting from acceptance of a quote by the City shall be in a form
supplied or approved by the City, and shall reflect the specifications in this RFQ.
A copy of the contract is available for review, and shall include requirements to
comply with ADA, Civil Rights Act, and EEO requirements. The City reserves
the right to reject any proposed agreement or contract that does not conform to the
specifications contained in this RFQ, and which is not approved by the City
Attorney's office.
F. The City shall not be responsible for any costs incurred by the contractor in
preparing, submitting or presenting its response to the RFQ.
G. The Recipient, in accordance with Title VI of the Civil Rights Act of 1964, 78
Stat. 252, 42 U.S.C. 2004d to 2000d-4 and Title 49, Code of Federal Regulations,
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 23
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.
VI. SCOPE OF SERVICES
1. Perform roadway excavation, pavement repair, paint line replacements, and crack
sealing within the City of Federal Way. The-quantities provided in Schedules A
and B are preliminary estimates to provide a common platform for quotes. Final
quantities may increase or decrease and some bid items may not be used.
2. The contract resulting from this RFQ is limited to $100,000.00; final quantities
and locations are unknown.
3. Once the Contractor starts work at the first location, the Contractor will be
expected to complete all work within 30 working days. All work shall be
completed no later than November 30, 2019.
4. A preconstruction meeting and a notice to proceed are anticipated to be issued by
August 30, 2019.
5. All work shall be performed in conformance with the latest edition of WSDOT
Standard Plans and Standard Specifications as amended by the City of Federal
Way Special Provisions and Standard Details.
6. The contract termination date resulting from this RFQ will be November 30,
2019.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 3 —
VII. COMPENSATION
A. Please present detailed information on the contractor's proposed quote for the
specifications proposed and for any variation for non-routine services, inclusive
of Washington state sales tax, and any other applicable governmental charges.
Please provide specifics as to definitions of routine versus non-routine tasks, what
is fixed as opposed to variable, and how costs are adjusted according to that
classification.
B. Payment by the City for the services will be made only after the services have
been performed, an itemized billing statement is submitted in the form specified
by the City, and approved by the appropriate City representative, which shall
specifically set forth the services performed, the name of the person performing
such services, and the hourly labor charge rate for such person. Payment shall be
made on a monthly basis, thirty(30) days after receipt of such billing statement.
GAlawforms\Request for Quotes
rev.01115
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 4 —
SMALL
PUBLIC WORKS CONTRACT
FOR
MILITARY ROAD SOUTH PAVEMENT REPAIR
This small public works contract ("Contract") is dated effective this day of
20_ and is made by and between the City of Federal Way, a Washington municipal
corporation ("City" or "Owner"), and Pavement Maintenance of Washington, LLC, a
Washington limited liability company("Contractor").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work necessary to complete Military Road S Pavement Repair in
Federal Way,Washington("Property"); and
B. The Contractor has the requisite skill and necessary experience to perform such
work.
NOW, THEREFORE,the Parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools,
materials, supplies, equipment, labor and other items incidental thereto necessary for the
construction and completion of the work, more particularly described as the Military Road South
Pavement Repair, in Exhibit "A" attached hereto and incorporated by this reference, ("Work"),
and in accordance with and as described in the Contract Documents, which include without
limitation, this Contract, Contract Change Order Agreement attached as Exhibit `B,"
Contractor's Retainage Agreement attached as Exhibit "C," Contractor's Retainage Bond
attached as Exhibit "D," Notice to Labor Unions 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 as Exhibit "H," Prevailing Wages and Benefit Code
Key attached as Exhibit "I," Military Road South Pavement Repair Special Provisions, 2018
WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction,
Contract Special Provisions, Standard Plans and Details attached as Appendix B, and all other
Appendices attached hereto and incorporated by this reference, (collectively the "Contract
Documents"), which Work shall be completed to the City's satisfaction, within the time period
prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt
by the Contractor of the City's Notice to Proceed. The Work shall be completed on 30 working
days. In the event the Work is not 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.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 5 —
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, performed to the City's
satisfaction, within the time period prescribed by the City.
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 increase or decrease in the Contractor's
cost of, or time required for, the performance or any part of the Work under this Contract, an
equitable adjustment will be made and the Contract modified in writing accordingly.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 6 —
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the City
the written notice required above, as the case may be, submit to the City a written statement
setting forth the general nature and monetary extent of such claim; provided the City, in its sole
discretion, may extend such five (5) day submittal period upon request by the Contractor. The
Contractor shall supply such supporting documents and analysis for the claims as the City may
require to determine if the claims and costs have merit. No claim will be allowed for any costs
incurred more than five (5) days before the Contractor gives written notice as required. No claim
by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final
payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by
the City, omit work, services and materials to be furnished under the Contract and the value of
the omitted work and materials will be deducted from the Total Compensation and the delivery
schedule will be reviewed if appropriate. The value of the omitted work, services and materials
will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a
unilateral change order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities
affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as
amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including
utilization of the "one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose
construction materials including without limitation, sand, dirt, gravel, asphalt, excavated
materials, construction debris, etc., to protect said materials from air exposure and to minimize
emission of airborne particles to the ambient air environment within the City of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no later than November 30, 2019, and the expiration of
all warranties contained in the Contract Documents ("Term").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to being registered to do business in the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
it has visited the site and is familiar with all of the plans and specifications in connection with the
completion of the Work.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 7 —
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.
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 Hundred Forty-Nine Thousand
Nine Hundred Ninety-Nine and No/100 Dollars ($149,999.00), which amount shall constitute
full and complete payment by the City.
4.2 Contractor Responsible for Taxes. (Optional phrase: Except as otherwise
provided in Section 4.1 hereof,) 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 �;o�rrn(}1j j. 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. Payment by the City for the Work will only be made after
the Work has been completed, a voucher or invoice is submitted in the form specified by the
City, and such invoice is approved by the appropriate City representative. Payment shall be made
within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid
Form. The Contractor's acceptance of such payment for the Work shall constitute full
compensation for the performance of the Work. Invoices shall be submitted, in duplicate to:
City of Federal Way
ATTN: Accounts Payable
33325 8th Avenue South
Federal Way, WA 98003-6325
Duplicate invoices shall be furnished to:
City of Federal Way
ATTN: Jeff Huynh
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003-6325
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state taxes 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's Retainage Option
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 8 —
attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit"D." No
payments shall be made by the City from the retained percentage fund ("Fund") nor shall the
City release any retained percentage escrow account to any person, until the City has received
from the Department of Revenue a certificate that all taxes, increases, and penalties due from the
Contractor and all taxes due and to become due with respect to the Contract have been paid in
full or that they are, in the Department's opinion, readily collectible without recourse to the
State's lien on the retained percentage. Upon non-payment by the general contractor, any
supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28
RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45)
days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty
(60) days after completion of all Work on this Contract, the City shall release and pay in full the
money held in the Fund, unless the City becomes aware of outstanding claims made against this
Fund.
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and
employment made possible by or resulting from this Contract, there shall be no discrimination by
Contractor or by Contractor's employees, agents, subcontractors or representatives against any
person because of sex, age (except minimum age and retirement provisions), race, color, creed,
national origin, marital status or the presence of any disability, including sensory,mental or
physical handicaps, wiless based upon a bona fide occupational qualification in relationship to
hiring and employment. This requirement shall apply, but not be limited to the following:
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 VI of the Civil Rights Act of 1964, the
Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21,
21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination. Contractor shall post a notice to Labor Unions or other employment
organizations, attached hereto as Exhibit "E," as required by Section 202 of Executive Order
11246. 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 I.
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;
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 9 —
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. TERMINATION
Prior to the expiration of the Term, this Contract may be terminated immediately, with or
without cause by the City.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold
the City, its elected officials, officers, employees, agents, and volunteers harmless from any and
all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by
any and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers'
compensation acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend and hold the
Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from
any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to
or by any and all persons or entities, including without limitation, their respective agents,
licensees, or representatives, arising from, resulting from or connected with this Contract to the
extent solely caused by the negligent acts, errors, or omissions of the City, its employees or
agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination
of this Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating, which is satisfactory to the
City:
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 10 —
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability not
less than $2,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $2,000,000 for bodily injury, including personal injury or death and property
damage.
(4) If any structures are involved in the Contract, the Contractor shall maintain an All
Risk Builder's Risk 2 form at all times in an amount no less than the replacement value
of the structure until final acceptance of the project by the City.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be ternlinated or reduced in limits cxccpt aftcr thirty (30) days
prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary and non-contributory insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the
City, its officials, employees or volunteers shall be in excess of Contractor's insurance.
(4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a"claims made"
or"claims paid" form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance
evidencing the coverage required by this Section, in compliance with the Certificate(s) of
Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person
authorized by the insurer to bind coverage on its behalf. The City reserves the right to require
complete certified copies of all required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured
under its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19
9.5 Deductibles and Self Insured Retentions. Any deductibles or self-insured
retentions must be disclosed by Contractor and approved in writing by the City. At the option of
the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or
procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self-insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required
by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor
and the City may then award this Contract to the next lower bidder.
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.
10. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payrnenl Bund'in favor
of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this
reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of
the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of
this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors
and material persons. Contractor's obligations under this Contract shall not be limited to the
dollar amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this
Contract as less than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu
of a bond, retain ten percent (10%) of the Contract amount for a period of thirty (3 0) days after
the date of final acceptance, or until receipt of all necessary releases from the Department of
Revenue and the Department of Labor and Industries and settlement of any liens filed under
Chapter 60.28 RCW, whichever is later.
11. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work
site and shall comply with all applicable provisions of federal, state and municipal safety and
health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and
Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health
Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62
WAC). Contractor shall erect and properly maintain, at all times, all necessary guards,
barricades, signals and other safeguards at all unsafe places at or near the Work for the protection
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 12 —
of its employees and the public, safe passageways at all road crossings, crosswalks, street
intersections, post danger signs warning against known or unusual hazards and do all other
things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all
water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is
likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its
own expense, secure and maintain a safe storage place for its materials and equipment and is
solely responsible for the same.
12. PREVAILING WAGES
12.1 Wages of Employees. This Contract is subject to the minimum wage requirements
of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or
supplemented. In the payment of hourly wages and fringe benefits to be paid to any of
Contractor's laborers, workpersons and/or mechanics, Contractor shall not pay less than the
"prevailing rate of wage" for an hour's work in the same trade or occupation in the locality
within the State of Washington where such labor is performed, as determined by the Industrial
Statistician of the Department of Labor and Industries of the State of Washington, which
"prevailing rates of wage" are attached hereto as Exhibit "H" and incorporated herein by this
reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates,
which are in effect on the date when the bids, proposals, or quotes were required to be submitted
to the City.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter
39.12 RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership; and
(3) The President, Vice President and Treasurer of a corporation if each one
owns at least 30% of the corporation.
12.3 Reporting Requirernents. Contractor shall comply with all reporting requirements
of the Department of Labor and Industries of the State of Washington. Upon the execution of this
Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with
the Department of Labor and Industries. Upon completion of the Work, Contractor shall
complete and file an Affidavit of Wages Paid with the Department of Labor and Industries.
Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the
Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City.
12.4 DisRutes. In the event any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be resolved by the City and the
Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor
and Industries of the State of Washington and the decision therein shall be final and conclusive
and binding on all parties involved in the dispute.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 13 —
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay
for any materials or 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 insurance premiums.
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the Contractor
shall, at its own expense, clean up and remove all refuse and unused materials of any kind
resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the
City may, but in no event is it obligated to, perforin the necessary clean up and the costs thereof
shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from
any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier number;
is not disqualified from bidding on any public works contract under RCW 39.06.010 or
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 14 —
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section
in each of its first tier subcontracts, and shall require each of its subcontractors to include the
same language of this section in each of their subcontracts, adjusting only as necessary the terms
used for the contracting parties. Upon request of the Owner, the Contractor shall promptly
provide documentation to the Owner demonstrating that the subcontractor meets the
subcontractor responsibility criteria below. The requirements of this section apply to all
subcontractors regardless of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers'
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Department number, as
required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW, if applicable; An electrical contractor license,
if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by
Chapter 70.87 RCW.
19, GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the
Parties with respect to any matter covered or mentioned in this Contract and no prior agreements
or understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except by agreement in writing signed by the Parties or their respective
successors in interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid,
void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such
other provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or
all of its obligations and rights hereunder without the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way release
the Contractor from any of its obligations or liabilities under this Contract.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 15 —
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach
or default. Failure of the City to declare one breach or default does not act as a waiver of the
City's right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and
Contractor represents and warrants that such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any
notices may be delivered personally to the addressee of the notice or may be deposited in the
United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
respect any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No.
91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this
Contract may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall be final and binding.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 16 —
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
aederal
r ,Mayor
8th Avenue South
Way, WA 98003-6325
APPROVED AS TO FORM: ATTEST:
-�/J. Ryan Call, City Attorney to ian A Curtney, C C, City Clerk
PAVEMENT MAINTENANCE OF WASHINGTON LLC:
By:
Its
(Address)
(Phone)
STATE OF WASHINGTON )
ss.
COUNTY OF Y7-tWt:r
On this day personally appeared before me MRXStCY,-�tu _ , to me known to be the
12VNt C� �'.p r Of V MOW , L that executed the
fo er going instrument, and acknowledged the said instrument to be the free and voluntary act and
deed of said limited liability company, for the uses and purposes therein mentioned, and on oath
stated that he/she was authorized to execute said instrument.
GIVEN m,10and'am4 official seal this day of Q , 20
�� lii
, r�M U 1 r9N rfrrr.
NOTARY �.►r"L'�f-I
►•'" _ (typed/printed name of notary)
Pus`\c Notary Public in and for the State of Washington.
• CNW ' °,.� My commission expires
City of Federal Ways''? . OF `'�t, '�� 2019
111 ,iir 3tt
Military Road South F'aV� III Ci71 1%Cparr
Rev 2/19 — 17 —
EXHIBIT "A"
SCOPE OF WORK
This project shall consist of Roadway Excavation Incl. Haul (up to 2"), HMA Class 1/2" PG 58H-
22 for Pavement Repair, channelization, and all items necessary to complete the work as
described in the Contract Documents.
SCHEDULE A—MILITARY ROAD S (S 302ND ST TO CAMELOT DR S)
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.
ITEM SECT. ITEM DESCRIPTION APPROX UNIT UNIT TOTAL BID
NO. QTY PRICE
1 1-09 Mobilization 1 LS $10,000.00 $10,000.00
2 1-10 Flaggers and Spotters 100 HR $72.00 $7,200.00
3 1-10 Other Traffic Control Labor 10 HR $100.00 $1,000.00
4 1-10 Temporary Traffic Control 1 LS $1,500.00 $1,500.00
5 1-10 Portable Changeable Message Sign 14 DAY $125.00 $1,750.00
6 2-01 Roadside Cleanup 1 FA $3,000.00 $3,000.00
7 2-03 Roadway Excavation Incl.Haul 1,130 SY/IN $15.25 $17,232.50
8 4-04 Maintenance Rock for Shoulder 4 TN $125.00 $500.00
Reconstruction,Incl.Haul
9 5-04 Crack Sealing 1 FA $20,000.00 $20,000.00
10 5-04 HMA Cl. ''/z"PG 58H-22 for Pavement 75 TN $165.00 $12,375.00
Repair
11 8-01 Inlet Protection Insert 2 EA $75.00 $150.00
12 8-09 Raised Pavement Marker,Type 2 0.4 HUND $1,250.00 $500.00
13 8-09 Hydrant Marker,Type 213 4 EA $25.00 $100.00
14 8-22 Paint Line 1,300 LF $1.00 $1,300.00
15 8-22 Plastic Traffic Arrow 1 EA $125.00 $125.00
SUBTOTAL SCHEDULE A= $76,732.50
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 18 —
SCHEDULE B—MILITARY ROAD S (CAMELOT DR S TO CITY LIMIT)
ITEM SECT. ITEM DESCRIPTION APPROX UNIT UNIT TOTAL BID
NO. QTY PRICE
1 1-09 Mobilization 1 LS $10,000.00 $10,000.00
2 1-10 Flaggers and Spotters 110 HR $72.00 $7,920.00
3 1-10 Other Traffic Control Labor 12 HR $100.00 $1,200.00
4 1-10 Off Duty Uniformed Police Officer 1 FA $10,000.00 $10,000.00
5 1-10 Temporary Traffic Control 1 LS $1,500.00 $1,500.00
6 1-10 Portable Changeable Message Sign 16 DAY $125.00 $2,000.00
7 2-03 Roadway Excavation Incl.Haul 1,430 SY/IN $15.25 $21,807.50
8 4-04 Maintenance Rock for Shoulder 6 TN $125.00 $750.00
Reconstruction,Incl.Haul
9 5-04 HMA Cl. ''/Z"PG 581-1-22 for Pavement 75 TN $165.00 $12,375.00
Repair
10 8-01 Inlet Protection Insert 14 EA $75.00 $1,050.00
11 8-09 Raised Pavement Marker,Type 2 0.4 HUND $1,250.00 $500.00
12 8-09 Hydrant Marker,Type 2B 2 EA $25.00 $50.00
13 8-22 Paint Line 2,339 LF $1.00 $2,339.00
14 8-22 Painted Bicycle Lane Symbol 3 EA $125.00 $375.00
15 8-22 Plastic Crosswalk Line 140 LF $10.00 $1,400.00
SUBTOTAL SCHEDULE B=_121,266.50
TOTAL A+B= $149,999.00
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 19 —
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑No
PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE$ DECREASE$
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
[signature page to follow]
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 20 —
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE DATE
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑1NCREASED $
❑DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 21 —
EXHIBIT "C"
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: Military Road South Pavement Repair
RFB No:
Contractor: pavement Maintenance of Washington,LLC
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of
the moneys earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State
Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage
withheld under the terms of this contract:
Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the
contractor.
0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings
and loan association. Interest paid to the contractor. Contractor shall have the bank (or other)
execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected.
0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have
escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow
Agreement" upon contract award. The City will provide the agreement to the Contractor if this
option is selected. All investments are subject to City approval. The cost of the investment
program, and risk thereof, is to be borne entirely by the contractor.
0 Option 4: Contractor shall submit a "Retainage Bond" on City-provided form (Exhibit D of this
Agreement).
Contractor Signature Date
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 22 —
EXHIBIT "D"
.RETAINAGE BOND TO CITY OF FEDERAL WAY
(MILITARY ROAD SOUTH PAVEMENT REPAIR)
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned,
as principal ("Principal"), and
a Corporation organized and existing under the laws of the State of
as a surety Corporation, and qualified under the laws of the State of Washington to become
surety upon bonds of Contractors with Municipal Corporations,as surety("Surety's,are jointly and'severally held and
firmly bonded to the City of Federal Way ("City's in the penal sum of:
($ ) for the payment of which sum we bind
ourselves and our successors,heirs, administrators or personal representatives, as the case may be.
i
A.This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations,standards and policies of the City,as now existing or hereafter amended or adopted.
i
i
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing -for the Military Road S Pavement Repair Project, which contract is incorporated herein by this
reference("Contract'), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies eamed by the
Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City;as a
LrusL fund for the protection and payment of any person or persons, mechanic, subcontractor or material mer.who
shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person
or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the
respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing
labor or furnishing supplies towards completion of said improvement or work shall have a lien an said monies so
reserved, provided that such notice of the lien of such claimant shall be given in the manner and within thetime
provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided
thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body conditi'aned
upon such bond any proceeds therefrom being made subject to all claims and liens and in the-same manner, and
priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of One Hundred Forty-Nine
Thousand Nine Hundred Ninety-Nine and No/100 Dollars($149,999.00); and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within
the time period prescribed by the City, or-within such extensions of time as may be granted under the Contract'and
shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the
Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay
to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this
contract then and in the event this obligation shall be void; but otherwise it shall be and remain in ful[ force and
effect. i
And the Surety,.for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
City of Federal Way 2019
1
Military Road South Pavement Repair
�R
Rev 2119 — a
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.
I
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety,and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such
increase, however, not to Exceed twenty-five percent(25%)of the original amount of this bond without consent of
the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terns of
the Contract, the Surety shall make written commitment to the City that it will either: (a)cure the default itself within
a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default,
including legal fees incurred by the City, or(c) in the event that Surety's evaluation of the dispute is not complete or
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent,
if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to.the option lit 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), the upon
completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, v�ithout
interest,any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation,described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute.
The Parties shall proportionately share in the cost of the mediation.The mediation shall be administered by judicial
Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.The Surety shall not interplead.
prior to completion of the mediation.
The parties have executed this instrument under their separate seals this day of
20__, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
(signature page to follow]
I
I
I
J
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 24 —
I
f
CORPORATE SEAL:
PRINCIPAL
By:
! Title:
Address• .
CORPORATE SEAL:
SURETY
By:
Attorney-in-Fact
(Attach Power of Attomey)
Title:
Address:
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2119 1 — 25 —
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that , who signed the said bond on behalf of the Principal, was
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of
its governing body.
Secretary or Assistant Secretary
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the
within bond; that who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine,
and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by
authority of its governing body.
Secretary or Assistant Secretary
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 - 26 —
EXHIBIT "E"
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO:
(Name of Union or Organization)
The undersigned currently holds contract(s) with involving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in
employment includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR
TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints maybe submitted to: Jeff Huynh
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
(Contractor or subcontractor)
Date
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 27 —
EXHIBIT "F"
CERTIFICATE OF INSURANCE
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 28 —
r DATEMWDD/YYYY)
�°��►r� CERTIFICATE OF LIABILITY INSURANCE
�� 09/(12/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Kristie English
English Insurance Group,LLC PHONFAX
a/c.tJv-„n; (425)673-7948 Ne: 425)673 7942
5005 200th Street SW Suite 102 E-MAIL
LYNNWOOD,WA 98036 ADDRESS, kristie@englishinsurancegroup.com
License#•245177 INSURER(SI AFFORDING COVERAGE NAIC s
INSURERA: OHIO SECURITY INSURANCE COMPANY 24082
INSURED INSURER B: MUTUAL OF ENUMCLAW 14761
PAVEMENT MAINTENANCE OF WASHINGTON,LLC _INSURER C: National Union Fire insurance Company-of 24Q74
19411 SE GREEN VALLEY RD INSURER D.
AUBURN,WA 98092 { INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 00000000-0 REVISION NUMBER: 88
'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
INSH AD:1l.SUBR POLICY EFF POLICY EXP LIMITS
I TR TYPE OF INSURANCE POLICY NUMBER 1MWD1)vVYY% !MMTDrYYYv1
A XCOMMERCIAL GENERAL LIABILITY Y Y BLS59286086 11/26/2018 11/26/2019 J EACH OCCURRENCE $ 1,000,000
DAMAGE O R N7E
CLAIMS-MADE �OCCUR PREMISES Ea occune. $ 110 00.000
MED EXP(Any one person) $ 15.000
PERSONAL&ADV INJURY $ 1.000.000
Lit h LAGGREGATE LIMIT APPLIES PER: GLNERAL AGGRDGATC s 2.000_000
rr V I'70 F LOC PRODUCTS-COMP/OPAGG Is 2.000,000-_
:I HER $ —
B AUTOMOBILE LIABILITY CPP0024376 11/26/2018 11/26/2019 E. Q.DISINGLE LIMIT $ 1 .00 000
X.ANY AUTO BODILY INJURY(Per person) I$ 4
OWNED SCHEDULED BODILY INJURY(Peraccidenl) $
AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE $
x AUTOS ONLYAUTOS ONLY Pe cadent
x_. _
$
`` UMBRELLA LIAR �X :OCCUR EBU018232547 12/19/2018 11/26/2019 EACH OGCURRFNCE $ 21000,000
X EXCESS LIAB LAIMS-MADE AGGREGATE $ 2,000,000
1 DED RETENTION$ I $
A WORKERS COMPENSATION BLS59286086 11/26/2018 11/26/2019 X siaruTE ERH St0 Gap
AND EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE —] N/A E.L.EACH ACCIDENT a 1,000.000
OFFICERIMEMBER EXCLUDED?
(Mandatory in NH) E-L DISEASE-EA EMPLOYEE.$ 1,000,000
If yyes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LI h41T $ 1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
The City of Federal Way,its officers,officials,employees,volunteers and agents are listed as additional insured when required
by written contract per attached form CG 88100413.Certificate holder is listed as Additional Insured when required by written
contract per attached form CG 88100413.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Federal Way THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN
City Hall ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave.S.
FEDERAL WAY,WA 98003 AUTHORIZED REPRESENTATIVE
KRE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
Printed by KRE on September 12,2019 at 11:27AM
1
ENDORSEMENT No. 19
This endorsement,effective 12:01 AM: December 19, 2018
Forms apart of policy no: EBU 018232547
Issued to: PAVEMENT MAINTENANCE OF WASHINGTON LLC
BY: NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA.
Prime Expresssm
Additional Insured Endorsement-- Primary and Non-Contributory
This policy is amended as follows:
Section VII. DEFINITIONS, Paragraph N. is amended to include the following additional provision:
Insured means:
Any person or organization for whom you are performing operations when you and such person or
organization have agreed in writing in a contract or agreement that such person or organization is an
additional insured on your policy, but only if such person or organization is included under the coverage
provided by Scheduled Underlying Insurance. Such person or organization is an additional insured only
with respect to'liability arising out of Your Work at the location(s) designated in such contract or agreement.
This provision does not'apply to liability arising out of the sole negligence of such person or organization for
its own acts or omissions or those of its employees or anyone else acting on its behalf. Coverage afforded
to these additional insured parties will be primary to, and non-contributory with, any other insurance
available to that person or organization.
All other terms, definitions, conditions, and exclusions of this policy remain unchanged.
f/N
Authorized Representative or
Countersignature (Where Applicable)
105514(5/10)
AH2894
EXHIBIT "G"
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We,the undersigned , ("Principal")and
the undersigned corporation organized and existing under the
laws of the State of 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 Dollars and no/100 (S ) for the
payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns,jointly and
severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations,
standards and policies of the City,as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated 20_ for Military Road S
Pavement Repair Project.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement,
and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply
the Principal or subcontractors with provisions and supplies for the carrying on of said work,and shall hold the City,
their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or
property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the
performance of said work,and shall indemnify and hold the City harmless from any damage or expense by reason of
failure of performance as specified in the Agreement within a period of one(1)year after its final acceptance thereof
by the City, then and in the event this obligation shall be void;but otherwise, it shall be and remain in full force and
effect.
And the Surety, for value received,hereby further stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change,extension of time, alterations or additions to the terms of the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement
without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal
shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase,
however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the
Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or(b) tender to the city, the amount necessary for the City to remedy the default,
including legal fees incurred by the City,or(c)in the event that Surety's evaluation of the dispute is not complete or
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its
intent,if any,to interplead.The Surety shall then fulfill its obligations under this bond,according to the option it has
elected. Should Surety elect option(a) to cure the default, the penal sum of the Bond shall be reduced in an amount
equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon
completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without
interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 29 —
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation,described in the below paragraph,prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default
by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial
Dispute Resolution, LLC, 1.425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not
interplead prior to completion of the mediation.
DATED this day of 20!
[signature page to follow]
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 30 —
STATE OF WASHINGTON )
)ss.
COUNTY OF
On this day personally appeared before me , to me known to be the
of that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability
company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this day of .20—.
Notary's signature
Notary's printed name
Notary Public in and for the State of Washington.
My commission expires
CORPORATE SEAL OF SURETY:
SURETY
By:
Attorney-in-Fact
(Attach Power of Attorney)
(Name of Person Executing Bond)
(Address)
(Phone)
APPROVED AS TO FORM:
J.Ryan Call, City Attorney
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 – 31 -W-
EXHIBIT "H"
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor's agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in
federally assisted programs of United States Department of Transportation (USDOT), Title 49,
Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a part of
this contract.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub-contractors, including procurement of materials and leases of equipment. The contractor
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5
of the Regulations, including employment practices when the contract covers a program set
forth in Appendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and
Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor
for work to be performed under a sub-contract, including procurement of materials or leases of
equipment, each potential sub-contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the contractor shall so
certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to
obtain the information.
S. Sanctions for Non-compliance
In the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 - 32 -
may determine to be appropriate, including, but not limited to: Withholding of payments to the
contractor under the contract until the contractor complies, and/or; Cancellation, termination, or
suspension of the contract, in whole or in part
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub-contractor or procurement as the contracting agency or USDOT may direct
as a means of enforcing such provisions including sanctions for non-compliance. Provided,
however, that in the event a contractor becomes involved in, or is threatened with, litigation
with a sub-contractor or supplier as a result of such direction, the contractor may request
WSDOT enter into such litigation to protect the interests of the state and, in addition, the
contractor may request the USDOT enter into such litigation to protect the interests of the
United States.
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 33 —
EXHIBIT "I"
PREVAILING WAGES AND BENEFIT CODE KEY (SEE ATTACHED)
City of Federal Way 2019
Military Road South Pavement Repair
Rev 2/19 — 34 —
Benefit Code I<ey—Effective 3/3/2019 thru 8/30/2019
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and
the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F_ The first two (2) hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day,
shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four-
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten(10) hours on Saturday
shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
M All hours worked on Saturdays(except makeup days) shal I 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
uCiiOi i�. u�. n�.y LIILI,U vim. .�/u/-, "nu v/.w/
Overtime Codes Continued
1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours
worked on Sundays,holidays and atter twelve(12)hours,Monday through Friday and after ten(I 10)hours on Saturday
Sha.. VV Nniu at uvuVIt,til IC iiuc.T Ly rau,of vL'agC-
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.
Benefit Code I<ey—Effective 3/3/2019 thru 8/30/2019
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten-
hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight(8) hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays
shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar($1.00) per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight(8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight(8) hours or more.
C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight(8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
3
[4 r,_ V,. Cr_ 1 In /nn,n h� 0/nn/nn,n
UCC ICI it lode 1\C�l—LI I CL.LI VC J/J/LV 1.7 LI II U U/JV/LV 1J
Overtime Codes Continued
S E A I I hours worked Sundays and holidays shall he paid at double the hourly rate of wage. Fach week, once 40 hours of
straight Lime work is achieved, 1.11Cn auy 1101.11•5 wurkL:d uvLi 10 hOLLrS per day Monday tliruugh Satwday 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 tiuLes the hourly rale of wage.All 11ULLES worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is
down due to weather conditions during a five day work week(Monday through Friday,)or a four day-tcn hour work-
week
orkweek(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 (1 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.
K. 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 5 am to 6pm 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, and all hours worked in
excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee
returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period.
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 pairs at
one and one half(1-U2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer,the first ten(10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve(12)hours in a day and all hours worked
on Sunday and Holidays shall be paid at two(2) times the straight time rate of pay.
4
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Overtime Codes Continued
4. D. All hours worked in excess of eight(8) hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole strictures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system,will be paid overtime under the following rates:
The first two (2)hours after eight(8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times
the hourly rate of wage. The first eight(8) hours worked on Saturday will be paid at one and one-half(1-1/2) times
the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four-
day,ten hour work week, and Saturday shall be paid at one and one half(1 i_} times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid
at three times the hourly rate of wage.
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.
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
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve(12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
5
___r.� �'._ _ v rc[__��, _ ,M /,,I n �I_._., n hn NnI n
UeneIIL Code 1\Cy - LIICtJ LIVC J�J�GU1.7 Lill U O�JV�LV 17 "
4. L. The first.twelve(I 2)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 ofpay. All hours
worked uvea twelve(12) in a day Monday tluuuh 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.
O. 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.
F. 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 shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is
11
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays shall be paid at double the hourly rate of wage.
T. The first two(2)hours of overtime for hours worked Monday-Friday 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 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. For work on Saturday which
is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the -
hourly rate of wage, and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which
was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage_
U. 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. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Holiday Codes
5. A. holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,and Christmas Day(7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day. Thanksgiving Day, Friday after
Thanksgiving Day,the day before Christmas, and Christmas Day(8).
6
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Day On Christmas Eve Day. (9 1/2).
Holiday Codes Continued
6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve
Day(11).
H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10).
1. Paid Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday
After Thanksgiving Day,And Christmas Day(7).
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.
8
Roriofit r�,�o I(ov—Fffo�+iio R/R/7011 Q thrix R/2f1/7f1�Q
Holiday Codes Contimied
5. C. Holidays: New Year's Day,Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day,And Christmas Day(8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day: Thanksgiving Day, the .Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).
H. Holidays:New Year's Day,Memorial Day, Independence Day, Thanksgiving Day,the Day after Thanksgiving Day,
And Christmas(6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)_
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day,And Christmas Day(7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day,The Day Betore Christmas, And Christmas Day(9).
L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday after Thanksgiving Day, And Christmas Day(8).
N. Holidays: New Year's Day, Presidents' Day. Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9).
P. Holidays: New Year's Day.Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day; and Christmas
Day(6).
K. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2).
S. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,
And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day(8).
6. A. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day(8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-
7
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Holiday Codes Continued
7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday_
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the
preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed
as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a
holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday(9).If any of the listed holidays
falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.
9
oFar J v rtF _i:.. N hni n aL .. n!ten/ins n
Vciiciii...vuc racy ""'uic� crVc J?J/LV1J u, V/JV/GV1J
Holidav Codes Continued
7. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day,Thanksgiving Day. the Friday after Thanksgiving Day, Christmas Da_v, and The Day
after or before Christmas Day. (14). 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.
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
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.
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,Cluistmas 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.
10
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
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: 50.75,Level
C: $0.50,And Level D: $0.25.
P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: 52.00, Class B Suit: $1.50,
Class C Suit: 51.00,And Class D Suit 50.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle,and pedestrian
traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012.
S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued
by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,
2012.
T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary
traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012.
U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:S 1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional 50.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional 50.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who
do "pioneer" work(break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional 50.50 per hour.
11
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Note Codes Continued
ii.
V. In addition to the hourly wage and fringe benefits, the tullowmg depth and enclosure premiums shall be paid. the
plellllunis ale Lu be calculated fUl Llle waxiinu111 LlupLl1 and distance Into all ellclusule that a dlvel leaches 111 a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay
Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over
101'to 150'-$3.00 per foot for each foot over 101 feet. Over 151'to 220'-$4.00 per foot for each foot over 220 feet.
Over 221'-$5.00 per foot for each foot over 221 feet.
Enclosure prenliunls apply when divers enter enclosures(such as pipes or Lu1111e1S) 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.
X. 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. Special Shift Premium:Basic hourly rate plus$2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to bpm shift,then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example,the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
12
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 7/10/2019
Count Trade Job Classification Wage Holiday Overtime Note*Risk
Class
King Asbestos Abatement Journey Level $46.57 5D 1 H View
Workers
King Boilermakers Journey Level $66.54 5N 1C View
King Brick Mason Journey Level $57.32 5A 1M View
King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View
King Buildinp, Service Em to ees Janitor $24.63 5S 2F View
King Building Service Employees Traveling $25.08 5S 2F View
Waxer/Shampooer
King Building Service Employees Window Cleaner (Non- $28.13 5S 2F View
Scaffold)
King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F View
King Cabinet Makers (in Shvy) Journey Level $22.74 1 View
King Carpenters JAcousticaL Worker $60.041 5D 4C View
King Carpenters (Bridge, Dock And Wharf $60.04, 5D 4C View
Carpenters
King Carpenters Carpenter $60.04 5D 4C View
King Carpenters Carpenters on Stationary $60.17 5D 4C View
Tools
King Carpenters Creosoted Material $60.14~ 5D 4C View
King ,Carpenters Floor Finisher $60.04 5D 4C View
KingCarpenters Floor Layer $60.04 5D 4C View
King Carpenters Scaffold Erector $60.04 5D 4C View
King Cement Masons Journey Level $60.07 7A 4U View
King Divers Et Tenders Bell/Vehicle or $113.60 5D 4C View
Submersible Operator
(Not Under Pressure)
Kin; Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C View
King Divers Et Tenders Diver $113.60 5D 4C 8V View
King Divers Et Tenders Diver On Standby $71.33 5D 4C View
King Divers Et Tenders Diver Tender $64.71 5D 4C View
King Divers Et Tenders IManifold Operator 1 $64.711 5D 4C View
King Divers Et Tenders Manifold Operator Mixed $69.71 5D 4C View
Gas
King Divers Et Tenders Remote Operated Vehicle ! $64.71 5D 4C View
Operator/Technician
King Divers Et Tenders Remote Operated Vehicle $60.29 5A 4C View
Tender
$56.44
King Dredge Workers Assistant Engineer 5D 3F View
( —
King Dracie Workers Assistant Mate Dockhand) $56.00 5D 3F View
.King L f $56.44 5D 3F View
�Dredge Workers Boatmen _
King lDredge Workers !Engineer Welder $57.511 5D 3F View
King Dredge Workers ILeverman, Hydraulic $58.67, 5D 3F View
King Dredge Workers (Mates $56.44 5D 3F View
King Dredge Workers jOiler $56.00 5D 3F View
King Drywalls licator 'Journey Level $58.48 5D 1H View
King Drywall Tapers Journey Level $59.32 5P 1E View
King Electrical Fixture Journey Level $30.59 5L 1 E View
Maintenance Workers
King Electricians - Inside Cable Splicer $81.32 7C 4E View
King Electricians - Inside Cable Splicer (tunnel) $87.371 7C 4E View
King Electricians - Inside Certified Welder $78.55 7C 4E View
King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E View
King Electricians - Inside Construction Stock Person $41.49 7C 4E View
King Electricians - Inside Journey Level $75.80 7C 4E View
King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E View
King Electricians - Molar Shap Journey Level $45.08 5A 1B View
King Electricians - Powerline Cable Splicer $79.60 5A 4D View
Construction
King Electricians - Powerline Certified Line Welder $72.98 5A 4D View
Construction
King Electricians - Powerline Groundperson $47.94 5A 4D View
Construction
King Electricians - Powerline Heavy Line Equipment $72.98 5A 4D View
ConstructionOperator
King Electricians - Powerline (Journey Level Lineperson $72.98( 5A 4D View
Construction
King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View
Construction
King Electricians - Powerline (Meter Installer $47.94 5A 4D 8W View
Construction
King Electricians - Powerline Pole Sprayer mm $72.98 5A 4D View
Construction
King Electricians - Powerline Powderperson $54.55 5A 4D View
Construction
King Electronic Technicians IJourney Level $50.57 7E 1E View
King Elevator Constructors Mechanic $94.22 7D 4A View
King Elevator Constructors ,Mechanic In Charge $101.73 7D 4A View
King Fabricated Precast All Classifications - In- $18.25 5B 1R View
Concrete Products Factory Work Only
King IFence Erector's Fence Erector $41.45 7A 31 View
King Fence Erectors Fence Laborer $41.45 7A 31 View
King Flaggers Journey Level $41.45 7A 31 View
King Glaziers Journey Level $64.561 7L 1Y View
King Heat Et Frost Insulators And Journeyman $73.58 5J 4H View
Asbestos Workers
King Heating Equipment Journey Level $82.51 7F 1E View
Mechanics _
King Hod Carriers Et Mason Journey Level $50.42 7A 31 View
Tenders
King Industrial Power Vacuum Journey Level $12.00 1 View
Cleaner
King Inland Boatmen Boat Operator $61.41 5B 1 K View
King Inland Boatmen Cook $56.48 5B 1 K View
King Inland Boatmen Deckhand $57.481 5B 1K View
King Inland Boatmen Deckhand Engineer $58.811 5B 1K View
King Inland Boatmen Launch Operator $58.89j 5B IK View
King Inland Boatmen Mate $57.31 5B 1K View
King !ns ectian/Cieanin615ealin Cleaner Operator, Foamer $31.49 1 View
Of Sewer Et Water S_yste_ms Operator
By Remote Control
King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 1 View
Of Sewer Et Water Systems
By Remote Control
King Inspection/Cleanin /Sealing Head Operator $24.91 1 View
Of Sewer Et Water Systems
By Remote Control
King Inspection/Cleaning/Se atin Technician $19.33 1 View
Of Sewer Et Water Systems
By Remote Control
King !ns ection/Cleaning/Sealin Tv Truck Operator $20.45 1 View
Of Sewer Et Water Systems
By Remote Control
King Insulation Applicators Journey Level $60.04 5D 4C View
King Ironworkers Journeyman $70.68 7N 10 View
King Laborers Air, Gas Or Electric $48.90 7A 31 View
Vibrating Screed
King Laborers Airtrac Drill Operator $50.421 7A 31 View
King Laborers Ballast Regular Machine $48.90 7A 31 View
King Laborers IBatch Weighman $41.45 7A 31 View
King Laborers I Brick Pavers $48.90 7A 31 View
King Laborers Brush Cutter $48.90 7A 31 View
King Laborers Brush Hog Feeder $48.90 7A 31 View
King Laborers Burner $48.90 7A 31 View
King Laborers Caisson Worker $50.42 7A 31 View
King Laborers Carpenter Tender $48.90 7A 31 View
Kina Laborers Caulker $48.90 7A 31 View
King Laborers Cement Dumper-paving $49.81 7A 31 View
King Laborers Cement Finisher Tender $48.90 7A 11 View
King Labore_r_s_ Change House Or Dry $48.90 7A 31 View
Shack
King Laborers Chipping Gun (under 30 $48.90 7A 31 View
Lbs.)
King Laborers Chipping Gun(30 Lbs. And $49.81 7A 31 View
Over)
-
King Laborers Choker Setter $48.90 7A 31 View
King Laborers Chuck Tender $48.90 7A 31 View
King Laborers Clary Power Spreader $49.81 7A 31 View
King Laborers Clean-up Laborer $48.90 7A 31 View
King Laborers Concrete Dumper/chute $49.81 7A 31 View
Operator
King Laborers Concrete Form Stripper $48.90 7A 31 View
King Laborers Concrete Placement Crew ' $49.81 7A 31 View
King Laborers Concrete Saw $49.81 7A 31 View
Operator/core Driller
King Laborers Crusher Feeder $41.45 7A 31 View
King Laborers Curing Laborer $48.90 7A 31 1 View
King ;Laborers Demolition: Wrecking Et $48.90 7A 31 View
Moving (incl. Charred
Material)
King Laborers Ditch Digger $48.90 7A 31 View
King Laborers Diver $50.421 7A 31 View
King Laborers Drill Operator $49.81 7A 31 View
(hydraulic,diamond)
King Laborers Dry Stack Walls $48.901 7A 31 View
King Laborers Dump Person $48.90 7A 31 View
King Laborers Epoxy Technician $48.90 7A 31 View
King Laborers Erosion Control Worker $48.90 7A 31 View
King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 View
King Laborers Fine Graders $48.90 7A 31 View
King Laborers Firewatch $41.45 7A 31 View
King Laborers Form Setter $48.90 7A 31 View
King Laborers Gabian Basket Builders $48.90 7A 31 View
King Laborers General Laborer $48.90 7A 31 View
King Laborers Grade Checker Et Transit $50.42 7A 31 View
Person
King Laborers Grinders $48.90 7A 31 View
King Laborers Grout Machine Tender $48.90` 7A 31 View
King Laborers Groutmen (pressure) $49.81 7A 31 View
including Post Tension
Beams
King Laborers Guardrail Erector $48.90 7A 31 View
King Laborers !Hazardous Waste Worker $50.42 7A 31 View
(level A)
King Laborers iHazardous Waste Worker $49.81 7A 31 View
(level B)
King Laborers $48.90 7A 31 View
Hazardous Waste Worker 1
(level C)
King Laborers High Scaler $50.42 7A 31 View
King Laborers Jackhammer $49.81 7A ] 31 View
King Laborers ;Laserbeam Operator $49.81__"'___7A_ 31 View
King Laborers Maintenance Person $48.90 7A 31 View
King Laborers Manhole Builder-mudman $49.81 7A 31 View
King Laborers Material Yard Person $48.90 7A 31 View
King Laborers Motorman-dinky $49.81 7A 31 View
Locomotive
King Laborers Nozzleman (concrete $49.81 7A 31 View
Pump, Green Cutter When
Using Combination Of High
Pressure Air Et Water On
Concrete Et Rock,
Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $49.81 7A 31 View
King Laborers Pilot Car $41.45 7A 31 View
King Laborers Pipe Layer Lead $50.42 7A 31 View
King Laborers Pipe Layer/tailor $49.81 7A 31 View
King Laborers Pipe Pot Tender $49.81 7A 31 View
King Laborers Pipe Reliner $49.81 7A 31 View
King Laborers Pipe Wrapper $49.81 7A 31 View
King Laborers Pot Tender $48.90 7A 31 View
King Laborers Powderman $50.42 7A 31 View
King ILaborers Powderman's Helper $48.90 7A 31 View
King Laborers Power Jacks $49.81 7A 31 View
King Laborers Railroad Spike Puller - $49.81 7A 31 View
Power
King Laborers IRaker - Asphalt $50.42 7A 31 View
King Laborers Re-timberman $50.42 7A 31 View
King Laborers Remote Equipment $49.81 7A 31 View
Operator
King Laborers Rigger/signal Person $49.81 7A 31 View
King Laborers Rip Rap Person $48.90 7A 31 View
King Laborers Rivet Buster $49.81 7A 31 View
King Laborers Rodder $49.81 7A 31 View
King Laborers Scaffold Erector $48.90 7A 31 View
King Laborers Scale Person $48.90 7A 31 View
King Laborers Sloper (over 20") $49.81 7A 31 View
King Laborers Sloper Sprayer $48.90 7A 31 View
King Laborers Spreader (concrete) $49.81 7A 31 View
King Laborers Stake Hopper $48.90 7A 31 View
King Laborers Stock Piler $48.90 7A 31 View
King Laborers Tamper Et Similar Electric, _
$49.81 7A 31 View
Air Et Gas Operated Tools
King Laborers $49.81 7A 31 View
jTamper (multiple Et Self-
iprrapelled) _
King Laborers Timber Person - Sewer $49.81 7A 31 View
(lagger, Shorer Et Cribber)
King Laborers Toolroom Person (at $48.90 7A 31 View
Jobsite)
King Laborers Topper $48.90 7A 31 View
King Laborers Track Laborer $48.90 7A 31 View
King Laborers Track Liner (power) $49.81 7A 31 View
King Laborers Traffic Control Laborer $44.33 7A 31 8R View
King Laborers Traffic Control Supervisor $44.33 7A 31 8R View
King Laborers Truck Spotter $48.90 7A 31 View
King Laborers Tugger Operator $49.81 7A 31 View
King Laborers Tunnel Work-Compressed $107.60 7A 31 View
Air Worker 0-30 psi
King Laborers Tunnel Work-Compressed $112.63 7A 31 View
Air Worker 30.01-44.00 psi,
King Laborers Tunnel Work-Compressed $116.31 7A 31 8g View
Air Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed $122.01 7A 318D View
Air Worker 54.01-60.00 psi
King Laborers Tunnel Work-Compressed $124.13 7A 31 View
Air Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed $129.23 7A 31 View
Air Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed $131.13 7A 31 1 View
Air Worker 68.01-70.00 psi 1
King Laborers Tunnel Work-Compressed $133.13 7A 31 View
Air Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed $135.13 7A 31 View
Air Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and $50.52 7A 31 84 View
Lock Tender
King Laborers Tunnel Work-Miner $50.52 7A 31 View
King Laborers '•Vibrator $49.81 7A 31 View
King Laborers jVinyl Seamer $48.90 7A 31 View
King Laborers lWatchman $37.67 7A 31 View
King Laborers lWelder $49.81 7A 31 View
King Laborers Well Point Laborer $49.81 7A 31 View
King Laborers Window Washer/cleaner $37.67 7A 31 View
King Laborers - UnderQround General Laborer Et $48.90 7A 31 View
Sewer Et Water Topman
King Laborers - Underground Pipe Layer $49.81 7A 31 ; View
Sewer 8: Water
King Landscape Construction Landscape Laborer $37.671 7A 31 View
King Landscape Construction Landscape Operator $63.76 7A 3K 8X View
King Landscape Maintenance Groundskeeper 1 $17.871 1 1 View
King L Lathers (Journey Level $58.48 5D 1H View
King IMarble Setters .journey Level $57.32 5A I 1M I I View
King Metal Fabrication (In Sha Fitter $15.86 1 View
King Metal Fabrication (In Shop) Laborer $12.00 1 View
King Metal Fabrication (In Sha Machine Operator $13.04 1 View
King Metal Fabrication (in Shop) Painter $12.00 1 View
King. Metal Fabrication In Shop) Welder $15.481 1 View
King Millwright Journey Level $61.54 5D 4C View
King Modular Buildings Cabinet Assembly $12.00 1 View
King Modular Buildings Electrician $12.00 1 View
King Modular Buildin s Equipment Maintenance $12.00 1 View
King jModuLar Buildings Plumber $12.00 1 View
King Modular Buildings Production Worker $12.001 1 View
King Modular Buildings Tool Maintenance $12.001 1 View
King Modular Buildings Utility Person $12.00 1 1 View
King Modular Bui dings lWelder $12.00 1 View
King Painters iJourney Level $42.50 6Z 2B View
King Pile Driver Crew Tender/Technician $64.71 5D 4C View
King Pile Driver Hyperbaric Worker - $74.87 5D 4C View
Compressed Air Worker
0-30.00 PSI
King Pile Driver Hyperbaric Worker - $79.87 5D 4C View
Compressed Air Worker
30.01 - 44.00 PSI
King Pile Driver Hyperbaric Worker - $83.87 5D 4C View
Compressed Air Worker
44.01 - 54.00 PSI _ I
King Pile Driver Hyperbaric Worker $88.87 5D 4C View
Compressed Air Worker
54.01 60.00 PSI
King Pile Driver Hyperbaric Worker - $91.37 5D 4C View
Compressed Air Worker
60.01 - 64.00 PSI
King Pile Driver ;Hyperbaric Worker - $96.37 5D 4C View
(Compressed Air Worker
164.01 - 68.00 PSI
King Pile Driver Hyperbaric Worker - $98.37 5D 4C View
Compressed Air Worker
68.01 - 70.00 PSI
King Pile Driver Hyperbaric Worker - $100.37 5D 4C View
Compressed Air Worker -
70.01 - 72.00 PSI
King Pile Driver Hyperbaric Worker - $102.37 5D 4C View
Compressed Air Worker V
72.01 - 74.00 PSI
King Pile Driver Journey Level $60.29 5D 4C View
King Pile Driver Manifold Operator (LST) $69.71 5D 4C j View
King Plasterers Journey Level $56.54 7D 1R View
King Playground Et Park Journey Level $12.00 1 View
EguipmenL Installers l
King Plumbers E Piperitter's Journey Level $85.69 6Z 1G View
King IPower Equipment Operators I Asphalt Plant Operators 1 $64.83 7A I 3K I 8X View
King Power Equipment Operators Assistant Engineer $60.98 7A 33KK 8X View
King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X View
King Power Equipment Operators Batch Plant Operator: $64.26 7A 3K 8X View
_ concrete
King Power Equipment Operators Bobcat $60.981 7A 3K 8X View
King Power Equipment Operators Brokk - Remote $60.98 7A 3K 8X View
Demolition Equipment
King. Power Equipment Operators Brooms $60.98 7A 3K 8X View
King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View
King Power Equipment Operators Cableways $64.83 7A 3K 8X View
King Power Equipment Operators Chipper $64.26 7A 3K 8X View
King Power Equipment Operators Compressor $60.98 7A 3K 8X View
King Power Equipment Operators Concrete Finish Machine - $60.98 7A 3K 8X View
Laser Screed ,
King Power Equipment Operators Concrete Pump - Mounted $63.76 7A 3K 8X View
Or Trailer High Pressure
Line Pump, Pump High
Pressure
King Power Equipment O erators Concrete Pump: Truck $64.83 7A 3K 8X View
Mount With Boom
Attachment Over 42 M
King Power Equil2ment Operators Concrete Pump: Truck $64.26 7A 3K 8X View
Mount With Boom
Attachment Up To 42m
King Power Equipment Operators Conveyors $63.76 7A 3K 8X View
King Power Equipment Operators Cranes friction: 200 tons j $66.80 7A 3K 8X View
and over ,
King Power Equipment.Operators Cranes: 100 tons through $65.48 7A 3K 8X View
199 tons, or 150' of boom
(including jib with
attachments)
King Power Equipment Operators Cranes: 20 Tons Through $64.26 7A 3K 8X View
44 Tons With Attachments
King Power Equipment Operators Cranes: 200 tons- 299 $66.15 7A 3K 8X View
tons, or 250' of boom
including jib with
attachments
King Power Equipment Operators Cranes: 300 tons and over $66.80 7A 3K 8X View
or 300' of boom including
jib with attachments
King Power Equipment Operators Cranes: 45 Tons Through $64.831 7A 3K 8X View
99 Tons, Under 150' Of
Boom (including Jib With
Attachments)
King Power EquipmenC Operators Cranes. A-frame - 10 Tons $60.98 7A 3K 8X View
And Under
King Power Equipment.Operators Cranes: Friction cranes $66.15 7A 3K 8X View
through 199_tons
King Power Equipment Operators $63.76 7A 3K 8X View
Cranes: through 19 tons
with attachments,
A-frame over 10 tons
King Power Equipment_O_Aerators Crusher $64.26 7A3K 8X View
King Power Equipment O erators Deck Engineer/Deck $64.26 7A 3K 8X View
Winches (power)
King Power E ui merit Operators Derricks, On Building Work $64.83 7A 3K8X View
King Power Equipment Operators Dozers D-9 Et Under $63.76 7A j 3K 8X View
King Power Equipment Operators Drill Oilers: Auger Type, $63.76 7A 3K 8X View
Truck Or Crane Mount
King Power Equipment Operators Drilling Machine j $65.481 7A 3K 8X View
King Power Equipment Operators Elevator And Man-lift: $60.98 7A 3K 8X View
Permanent And Shaft Type
King Power Equipment 0 erators Finishing Machine, Bidwell $64.26 7A 3K 8X View
And Gamaco Et Similar
Equipment
King Power Equipment Operators Forklift: 3000 Lbs And $63.76 7A 3K 8X View
Over With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. $60.98 7A 3K 8X View
With Attachments
King Power Equipment 0 erators Grade Engineer: Using $64.26 7A 3K 8X View
Blue Prints, Cut Sheets,
Etc
King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X View
King. Power Equipment O erators Guardrail Punch I $64.261 7A 3K 8X View
King Power Equipment Operators Hard Tail End Dump $64.83 7A 3K 8X View
Articulating Off- Road
Equipment 45 Yards. Et
Over j
King Power Equipment Operators Hard Tail End Dump $64.26 7A 3K 8X View
Articulating Off-road
Equipment Under 45 Yards 4
King Power Equipment O erators Horizontal/Directional $63.76 7A 3K 8X View
Drill Locator 4
King Power Equipment O erators Horizontal/Directional $64.26 7A 3K 8X View
Drill Operator
King Power Equipment O erators Hydralifts/Boom Trucks $63.76 7A 3K 8X View
Over 10 Tons
King Power Equipment Operators Hydralifts/Boom Trucks, $60.98 7A 3K 8X View
10 Tons And Under
King Power Equipment O erators Loader, Overhead 8 Yards.l $65.48 7A 3K 8X View
Et Over
King Power Equipment Operators Loader, Overhead, 6 $64.83 7A 3K 8X View
Yards. But Not Including 8
Yards
— —
6 Yards
King Power E ui ment Operator Loaders Overhead Under $64.26 7A 3K 8X View
I
King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View
King Power Equipment Operators Loaders: Elevating Type $63.76 7A 3K 8X View
Belt
King Power Equipment OperatorsLocomotives, All $64.26 7A 3K 8X View
King Power Equipment Operators Material Transfer Device $64.261 7A I 3K 8X IView
King Power Equipment Operators Mechanics, All (leadmen - $65.48 7A 3K 8X View
$0.50 Per Hour Over
Mechanic)
King Power Equipment Operators -Motor Patrol Graders $64.831 7A 3K $X View
King Power Equipment Operators Mucking Machine, Mole, $64.83 7A 3K 8X View
Tunnel Drill, Boring, Road
Header And/or Shield
King Power Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X 4 View
Distribution Et Mulch
Seeding Operator
King Power Equipment Operators Outside Hoists (Elevators $63.76 7A 3K 8X View
And Manlifts), Air Tuggers,' T
Strato
King Power Equipment Operators Overhead, Bridge Type $64.26 7A 3K 8X View
Crane: 70 Tnnv Through i
44 Tons
King Power Equipment Operators Overhead, Bridge Type: $65.48 7A 3K 8X View
100 Tons And Over
King Power Equipment Operators Overhead, Bridge Type: 45 $64.83 7A 3K 8X View
Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X View
King Power Equipment Operators Pile Driver (other Than $64.26 7A 3K 8X View
Crane Mount)
King Power Equipment Operators Plant Oiler - Asphalt, $63.76 7A 3K 8X View
Crusher
King Power Equipment Operators Posthole Digger, $60.98 7A 3K 8X View
Mechanical
King Power Equipment Operators Power Plant _ $60.98 7A 3K 8X View
King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View
King Power Equipment Operators Quad 9, Hd 41, D10 And $64.83 7A 3K 8X View
Over
King Power Equipment Operators Quick Tower - No Cab, $60.98 7A 3K 8X View
Under 100 Feet In Height
Based To Boom
King Power Equipment Operators Remote Control Operator $64.83 7A 3K 8X View
On Rubber Tired Earth
Moving Equipment
King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View
King Power Equipment OperatorsRigger/Signal Person, $63.76 7A 3K 8X View
Bellman (Certified)
King Power Equipment Operators Rollagon $64.83 7A 3K 8X View
King Power Equipment Operators Roller, Other Than Plant $60.98 7A 3K 8X View
Mix !
King Power Equipment Operators Roller, Plant Mix Or Multi- $63.76 7A 3K 8X View
lift Materials j
King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X View
King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X View
King Power Equipment Operators Scraper, Self Propelled $64.26 7A 3K 8X View
Under 45 Yards
King Power Equipment Operators $63.76 7A 3K 8X View
Scrapers - Concrete Et
Carry All
King Power Equipment Operators Scrapers, Self-propelled: $64.83 7A 3K 8X View
45 Yards And Over
King Power Equipment Operate:-s Service Engineers - 7A 3K 8X View
Equipment T
King Power Equipment Operators Shotcrete/Gunite $60.98 7A 3K 8X View
Equipment
King _Power Equipment Operators Shovel , Excavator, $63.76 7A 3K 8X View
Backhoe, Tractors Under
15 Metric Tons
King Power Equipment Operators Shovel, Excavator, $64.83 7A 3K 8X View
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
King Power Equipment_Operators Shovel, Excavator, $64.26 7A 3K 8X View
Backhoes, Tractors: 15 To
30 Metric Tons
King Power Equipment 0 erators Shovel, Excavator, $65.48 7A 3K 8X View
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
King Power Equipment Operators Shovel, Excavator, $66.15 7A 3K 8X View
Backhoes: Over 90 Metric
Tons
King Power E ui meat Operators Slipform Pavers $64.83 7A L 3K 8X View
King Power Equipment Operators Spreader, Topsider Et $64.831 7A 3K 8X View
Screedman
King Power Equipment Operators�Subgrader Trimmer $64.26, 7A 3K , 8X View
King Power Equipment Operate s Tower Bucket Elevators $63.767A 3K u8X View
King Power Equipment Operator_; Tower Crane Up To 175' In $65.48 7A 3K 8X View
Height Base To Boom
King Power Equipment Oerators Tower Crane: over 175' $66.15 7A 3K 8X View
through 250' in height,
base to boom
King Power Equipment Operators Tower Cranes: over 250' $66.80 7A 3K 8X View
in height from base to
boom
King Power Equipment O erators Transporters, All Track Or $64.83 7A 3K 8X View
Truck Type
King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X View
King Power E ui ment Operators Truck Crane Oiler/driver - $64.26 7A 3K 8X View
100 Tons And Over
King Power Equipment Operators Truck Crane Oiler/Driver $63.76 7A 3K 8X View
Under 100 Tons
King Power Equipment Operators Truck Mount Portable $64.26 7A 3K 8X View
Conveyor
King Power Equipment Operators Welder $64.83 7A 3K 8X View
King Power Equipment Operators Wheel Tractors, Farman $60.98 7A 3K 8X View
Type
King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X View
King Asphalt Plant Operators $64.83 7A 3K 8X View
Power Equipment
Operators- lander round
Sewer Et Water
King Power Equipment Assistant Engineer $60.98 7A 3K 8X View
perators- Underground_
Sewer tt Water
King Power Equipment Barrier Machine (zipper) $64.26 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Batch Plant Operator, $64.26 7A 3K IX View
Co
Operators Underground ncrete —
Sewer Ft Water
King Power Equipment Bobcat $60.98 7A 3K 8X View
Operators- Under round —
Sewer Et Water
King Power Equipment Brokk - Remote $60.98 7A 3K 8X View
Operators- Underground Demolition Equipment —
Sewer Et Water T
King Power Equipment Brooms ! $60.98', 7A3K 8X View
Operators Underground — — —
Sewer Et Water
King Power Equipment Bump Cutter $64.26 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Cableways $64.83 7A 3K 8X View
Operators Underground
Sewer Et Water
King Power Equipment Chipper $64.26 7A 3K 8X View
Operators- underground
Sewer Et Water
King Power Equipment Compressor $60.98 7A 3K 8X View
Operators- Underr?round
Sewer Et Water
King Power Equipment Concrete Finish Machine - $60.98 7A 3K 8XView
Operators- Underground Laser Screed
Sewer Et Water
King Power Equipment Concrete Pump - Mounted $63.76 7A 3K 8X View
Operators- Underground Or Trailer High Pressure
Sewer Et Water Line Pump, Pump High
Pressure
King Power Equipment Concrete Pump: Truck $64.83 7A 3K 8X View
Operators- Underground Mount With Boom —
Sewer Et Water Attachment Over 42 M
King Power Equipment Concrete Pump: Truck $64.26i 7A 3K 8X View
Operators- Underground Mount With Boom
Sewer Et Water Attachment Up To 42m
King Powcr Equipment Conveyors $63.76 7A 3K 8X View
Operators Undergrgund
Sewer Et Water
King Power Equipment Cranes friction: 200 tons $66.80 7A 3K 8X View
Operators- Underground and over
Sewer Et Water
King $65.48 7A 3K 8X View
Power Equipment Cranes: 100 tons through
Operators- Underground 199 tons, or 150' of boom
Sewer Et Water (including jib with
attachments)
King Power Equipment Cranes: 20 Tons Through ` $64.26 7A 3K 8X View
Operators- Underground 44 Tons With Attachments
Sewer Et Water
King Power Equipment Cranes: 200 tons- 299 $66.15 7A 3K 8X View
Operators- Underground tons, or 250' of boom
Sewer Et Water including jib with
attachments
King Power Equipment Cranes: 300 tons and over $66.80 7A 3K 8X View
Operators- Underground or 300' of boom including
Sewer it Water jib with attachments
King Power Equipment Cranes: 45 Tons Through $64.83 7A 3K 8X View
Operators- Underground 99 Tons, Under 150' Of
Sewer Et Water Boom (including Jib With
Attachments)
King Power Equipment Cranes: A-frame - 10 Tons $60.98 7A 3K 8X View
Operators- Underground And Under
Sewer Et Water
............
King Power Equipment Cranes: Friction cranes $66.15 7A 3K 8X View
Operators- Underground through 199 tons
Sewer Et Water
King Power Equipment Cranes: through 19 tons $63.76 7A 3K 8X View
Operators- Underground with attachments,
Sewer Et Water A-frame over 10 tons
King Power Equipment Crusher $64.26 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Deck Engineer/Deck $64.26 7A 3K 8X View
Operators- Underground Winches (power)
Sewer Et Water
King Power Equipment Derricks, On Building Work $64.83 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Dozers D-9 Et Under $63.76 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Drill Oilers: Auger Type, $63.76 7A 3K 8X View
Operators- Underground Truck Or Crane Mount
Sewer Et Water
King Power Equipment Drilling Machine $65.48 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Elevator And Man-lift: $60.98 7A 3K 8X View
Operators- Underground Permanent And Shaft Type
Sewer Et Water
King Power Equipment Finishing Machine, Bidwell $64.26 7A 3K 8X View
Operators- Underground_ And Gamaco Et Similar
Sewer Et Water Equipment
King Power Equipment Forklift: 3000 Lbs And $63.76 7A 3K 8X View
Operators- Underground Over With Attachments
Sewer Et Water
King Power Equipment Forklifts: Under 3000 Lbs. $60.98 7A 3K 8X View
Operators- Underground Wi0i Attachments
Sewer Et Water
King Power Equipment Grade Engineer: Using $64.26 7A 3K 8X View
Operators- Underground Blase Prints, Out Sheets, -
Sewer Et Water Etc
King Power Equipment Gradechecker/Stakeman $60.98 7A 3K 8X View
Operators- Underground
Sewer Et Water "
"
King Power Equipment Guardrail Punch $64.26 7A BK 8X View
Operators Underground j
Sewer Et Water
King Power Equipment Hard Tail End Dump $64.83 7A 3K 8X View
Operators- Underground Articulating Off- Road
Sewer Et Water Equipment 45 Yards. Et
Over
King Power Equipment Hard Tail End Dump $64.26 7A 3K 8X View
Operators- Underground Articulating Off-road
Sewer Et Water !,Equipment Under 45 Yards
King Power Equipment Horizontal/Directional $63.76 7A3K 8X View
Operators- Underground Drill Locator — —
Sewer Et Water
King Power Equipment Horizontal/Directional $64.26 7A 3K 8X View
Operators- Underground. Drill Operator
Sewer Et Water
King Power Equipment Hydralifts/Boom Trucks $63.76 7A 3K 8X View
Operators- Underground Over 10 Tons
Sewer Et Water
King Power Equipment Hydralifts/Boom Trucks, $60.98 7A 3K 8X View
Operators- Underground 10 Tons And Under
Sewer Et Water
Loader, Overhead 8 Yards $6548
King Power Equipment , . . _7A 3K 8X View_
Operators- Underground Et Over
Sewer Et Water
King Power Equipment Loader, Overhead, 6 $64.83 7A 3K 8X View
Operators- Underground Yards. But Not Including 8
Sewer Et Water Yards
King Power Equipment Loaders, Overhead Under $64.26 7A 3K 8X View
Operators- Underground 6 Yards —
Sewer Et Water
King Power Equipment Loaders, Plant Feed $64.26 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Loaders: Elevating Type $63.76 7A 3K 8X View
Operators- Underground Belt —
Sewer Et Water
King Power Equipment Locomotives, All $64.26 7A 3K 8X View
Operators- Underground I —
Sewer Et Water
King Power Equipment Waterial Transfer Device $64.26 7A 3K 8X View
Operators- Underground
Sewer Et Water I
King ' $65.48 7A 3K 8X View
Power Equipment Mechanics, All (leadmen - '
operators- Underground $0.50 Per Hour Over
Sewer Et. Water Mechanic)
King Power Equipment Motor Patrol Graders $64.83 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Mucking Machine, Mole, $64.83 7A 3K 8X View
Operators- Underground Tunnel Drill, Boring, Road
Sewer Et Water Header And/or Shield
King Power Equipment Oil Distributors, Blower $60.98 7A 3K v 8X View
Operators- Underground Distribution Et Mulch
Sewer Et Water Seeding Operator
King Power Equipment Outside Hoists (Elevators $63.76 7A 3K 8X View
Operators- Underground And Manlifts), Air Tuggers,
Sewer Et Water Strato
King Power E ui ment Overhead, Bridge Type $64.26 7A 3K 8X View
Operators- Underground Crane: 20 Tons Through
Sewer Et Water 44 Tons
King Power Equipment !Overhead, Bridge Type: ( $65.48 7A 3K 8X View
Operators- Underground 100 Tons And Over
Sewer Et Water
King Power Equipment Overhead, Bridge Type: 45, $64.83 7A 3K 8X View
Operators- Underground Tons Through 99 Tons
Sewer Et Water
King Power Equipment Pavement Breaker y$60.98 7A 3K 8X View
Operators- Underground
Sewer Et Water _
King Power Equipment Pile Driver (other Than $64.26 7A 3K 8X View
Operators- Under round Crane Mount)
Sewer Et Water
King Power Equipment Plant Oiler - Asphalt, $63.76 7A 3K 8X View
Operators- Underground Crusher
Sewer Et Water I I
King Power Equipment Posthole Digger, $60.98 7A —3K 8X View
Operators- Underground Mechanical
Sewer Et Water
King Power Equipment Power Plant $60.98 7A 3K 8X View
Operators- Underground
Sewer Et Water
..........
King Power Equipment Pumps - Water $60.98 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Quad 9, Hd 41, D10 And $64.83 7A 3K 8X View
Operators- Underground Over
Sewer Et Water
King Power Equipment Quick Tower- No Cab, $60.98 7A 3K 8X View
Operators- Underground Under 100 Feet In Height
Sewer Et Water Based To Boom
King Power Equipment Remote Control Operator $64.83 7A 3K 8X View
Operators- Underground On Rubber Tired Earth
Sewer Et Water Moving Equipment
King lRi—er and Bellman $60.98 7A 3K 8X View
Power Equipment
Operators Underground
Sewer Et Water
King Power Equipment Rigger/Signal Person, $63.76 7A 3K 8X View
Operators- Underground_ Bellrnart(Certif ed)
Sewer Et Water
King Power Equipment Rollagon $64.83 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Roller, Other Than Plant $60.98 7A 3K 8X View
Operators- Underground Mix
Sewer Et Water
King Power Equipment Roller, Plant Mix Or Multi- $63.76, 7A 3K 8X View
Operators- Underground lift Materials
Sewer Et Water
King Power Equipment Roto-mill, Roto-grinder $64.26 7A 3K 8X View
Operators- Under round
Sewer Et Water
King Power_Equipment Saws - Concrete $63.76 7A 3K 8X View
Operators- Underaround
Sewer Et Water
King Power Equipment. Scraper, Self Propelled $64.26 7A 3K 8X View
Operators- Underyrormd Under 45 Yards
Sewer Et Water
King Power Equipment ,Scrapers - Concrete Et $63.76 7A 3K 8X View
Operators- Underground Carry All
Sewer Et Water
King Power Equipment Scrapers, Self-propelled: $64.83 7A 3K 8X View
Operators- Underground 45 Yards And Over
Sewer Et Water
King Power Equipment Service Engineers - $63.76 7A 3K 8X View
Operators- Underground Equipment
Sewer Et Water
King Power Equipment Shotcrete/Gunite $60.98 7A 3K 8X View
Operators- Underground !Equipment
Sewer Et Water
King Power Equipmen- Shovel , Excavator, $63.76 7A 3K 8X View
Operators- Underground IBackhoe, Tractors Under
Sewer Et Water ;15 Metric Tons
King Power Equipment Shovel, Excavator, $64.83 7A 3K 8X View
Operators- Underground Backhoe: Over 30 Metric
Sewer Et Water Tons To 50 Metric Tons
King Power Equipment Shovel, Excavator, $64.26, 7A 3K 8X View
Operators- Underground Backhoes, Tractors: 15 To
Sewer Et Water 30 Metric Tons
King Power Equipment Shovel, Excavator, $65.48 7A 3K 8X View
Operators- Underground Backhoes: Over 50 Metric
Sewer a Water Tons To 90 Metric Tons
King Power Equipment Shovel, Excavator, $66.15 7A 3K 8X View
Operators- Under-Around Backhoes: Over 90 Metric
Sewer Et Water jTons
King Islipform Pavers $64.83 7A 3K 8X View
Power Equipment
Operators- Underground
Sewer Et Water
King Power Equipment Spreader, Topsider Et $64.83 7A 3K 8X View
Operators- Underground Screedman
Sewer Et Water
King Power Equipment Subgrader Trimmer $64.26 7A 3K 8X View
Operators- q derground
Sewer Et Water
King Power Equipment Tower Bucket Elevators $63.76 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Tower Crane Up To 175' In $65.48 7A 3K 8X View
Operators- Underground Height Base To Boom
Sewer Et Water
King Power Equipment Tower Crane: over 175' $66.15 7A 3K 8X View
Operators- Underground through 250' in height,
Sewer Et Water base to boom
King Power Equipment Tower Cranes: over 250' $66.80 7A 3K 8X View
Operators- Underground in height from base to
Sewer Et Water boom
King Power E ui ment Transporters, All Track Or $64.83 7A 3K 8X View
Operators- Underground Truck Type
Sewer Et Water
King Dower Equipment Trenching Machines $63.76 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Truck Crane Oiler/driver - $64.26 7A 3K 8X View
Operators- Under round 100 Tons And Over
Sewer Et Water
King Power Equipment Truck Crane Oiler/Driver $63.76 7A 3K 8X View
Operators Underground" Under 100 Tons
Sewer Et Water _
King Power Equipment Truck Mount Portable $64.26 7A 3K 8X View
Operators- Underground Conveyor
Sewer Et Water
King Power Equipment Welder $64.83 7A 3K 8X View
Operators- Underground_
Sewer Et Water
King Power Equipment Wheel Tractors, Farman $60.98 7A 3K 8X View
Operators- Underground_ Type
Sewer Et Water
King Power Equipment Yo Yo Pay Dozer $64.261 7A 3K 8X View
Operators- UEderground j
Sewer Et Water 1
King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A View
Trimmers
King Power Line Clearance Te Spray Person $47.37 5A 4A View
re
Trimmers
King Power Line Clearance Tree 'Tree Equipment Operator $49.96 5A 4A View
Trimmers _
King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A View
Trimmers
King Power Line Clearance Tree ITree Trimmer $33.6& 5A 4A View
Trimmers l Groundperson
King Refriseration Et Air Journey Level $81.01, 6Z 1G View
Conditioning Mechanics
King Resident aL Brick Masan Journey Levet X57.-32 5A I-M View
King Residential Carpenters Journey Level $32.06 1 View
King Residential Cement Masons Journey Level $29.25 1 View
King Residential Drywall Journey Level $45.05 5D 4C View
Applicators -
King Residential Drywall Tapers Journey Level $45.19 5P 1 E View
King Residential Electricians Journey Level $36.01 1 View
King Residential Glaziers Journey Level $43.00 7L 1H View
King Residential Insulation Journey Level $29.87 1 View
Applicators
King Residential Laborers Journey Level $26.18 1 View
King Residential Marble Setters Journey Level $27.38 1 View
King Residential Painters- Journey Level $27.80 1 View
King Residential Plumbers Et Journey Level $39.43 1 View
Pipefitters
King Residential Refrigeration Et Journey Level $51.37 5A 1G View
Air Conditioning Mechanics
King Residential Sheet Metal Journey Level (Field or $50.01 7F 111 View
Workers Shop)
King Residential SofFloor Journey Level $49.43 5A 3J View
Layers -
King Residential Sprinkler Fitters Journey Level $48.18 5C 211 View
!Fire Protection)
King Residential Stone Masons Journey Level $57.32 5A 1M View
King Residential Terrazzo Journey Level $52.61 5A 1M View
Workers
King Residential Terrazzo/Tile Journey Level I $24.39 1 View
Finishers
King Residential Tile Setters Journey Level $21.04 1 View
King Roofers Journey Level $53.27 5A 3H View
King Roofers Using Irritable Bituminous $56.27 5A 3H View
Materials
King Sheet Metal Workers Journey Level (Field or $82.51 7F JE View
Shop)
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Boilermaker
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Carpenter
King Shipbuilding Ei Ship Repair New Construction Crane $36.36 7V 1 View
Operator
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Electrician
King Shipbuilding Et Ship Repair New Construction Heat Et $73.58 5.1 4H View
Frost Insulator
King 15hipbuiLdinp Et Ship Repair New Construction Laborer $36.36 7V 1 View
King Shipbuilding Et Ship Repair New Construction $36.36 7V I 1 View
Machinist 4
King Shipbuilding Ft Ship Repair New Construction $36.36 7V 1 View
Operating Engineer 1
King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Pipefitter
King Shipbuilding Ft Ship_Repar New Construction Rigger $36.36 7V 1 View
King Shipbuilding Et Ship Repair New Construction Sheet $36.36 7V 1 View
Metal
King Shipbuilding Et Ship.R INew Construction $36.36 7V 1 View
Shipfitter
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Warehouse/Teamster
King Shipbuilding Ft Ship Repair New Construction $36.36 7V 1 View
Welder / Burner _
King Shipbuilding aShip Re air Ship Repair Boilermaker $44.95 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J View
King Shipbuflding Et Ship Repair I Ship Repair Crane $44.06 7Y 4K View
loperator
King Shipbuilding Et Ship Repair Ship Repair Electrician _ $44.95 7X 4J View
King Shipbuilding Ft Ship Repair Ship Repair Heat Et Frost $73.58 5J 4H View
Insulator
King Shipbuilding & Ship Repair Ship Repair Laborer $44.95 7X 4J View
_- _ -
Kina. Shipbuilding Et Ship Repair IShip Repair Machinist $44.95 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Operating $44.06 7Y 4K View
Engineer
Kina Shipbuilding Et SJ Repair Ship Repair Painter $44.95 7X 4J View
King Shipbuilding EL Ship Repair Ship Repair Pipefitter $44.95 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J View
King Shi buildin Et Shi Repair Ship Repair Shipwright $44.95 7X 4J View
- -
King Shipbuilding Et Snip Repair Ship Repair Warehouse / $44.06[ 7Y 4K View
Teamster
King Sign Makers Et Installers Journey Level $49.70 0 1 View
Electrical
King Sian Makers It Installers Journey Level $31.52 0 1 View
(Non-Electrical)
King Soft Floor Layers Journey Level $49.43 5A 3J View
King Solar Controls For Windows Journey Level $12.44 1 View
King Sprinkler Fitters (Fire Journey Level $78.39 5C 1X View
Protection)
King Stage Rigging Mechanics Journey Level $13.23 1 View
(Non Structural)
King Stone Masons Journey Level $57.32 5A 1M View
King Street And Parking Lot Journey Level $19.09 1 View
Sweeper Workers
King Surveyors Assistant Construction Site $62.71 7A 3K 8X View
Surveyor
King Surveyors Assistant Construction Site $62.71 7A 3K 8X Surveyor
King
s
King Surveyors Chainman $58.93 7A 3C 8P View
King Surveyors I.Construction Site Surveyor $63.76 7A 3K 8X View
King Telecon-miunicaLion Journey Level $50.57 7E 1E View
Technicians E:[l
I
King Telephone Line Cable Splicer $41.22 5A 76 View
Const-ruction - Outside
King Telephone Line Hole Digger/Ground -` $23.121 5A 2B View
Construction - Outside Person
King Telephone Line Installer (Repairer) $39.53 5A 2B View
Construction - Outside
King Telephone Line Special Aparatus Installer 1 $41.22 5A 2B View
Construction - Outside
King Telephone Line Special Apparatus Installer $40.41 5A 2B View
Construction - Outside III
......... _--.�.
_
King Tetephone Line Telephone Equipment $41.22 5A 2B View
Construction - Outside (Heavy)
King Tel phone Line 10perator
Telephone Equipment $38.36 5A 2B View
Construction - Outside Operator (Light)
King ITelephone Line Telephone Lineperson $38.36 5A 2B View
Construction - Outside
King Telephone Line Television Groundperson $21.92 5A 2B View
Construction - Outside
King Telephone Line Television $29.13, 5A 2B View
Construction - Outside Lineperson/Installer
King Telephone Line Television System $34.68 5A 2B View
Construction - Outside Technician
King Telephone Line Television Technician $31.18 5A 2B View
Construction - Outside
King Telephone Line Tree Trimmer $38.36 5A 2B View
Construction - Outside
King Terrazzo Workers Journey Level $52.61 5A 1M View
King Tile Setters Journey Level $52.61 5A 1M View
King Tile. Marble Et Terrazzo Finisher $43.44 5A 1B View
Finishers
King Traffic Control Stripers Journey Level $46.23 7A 1 K View
King Truck Drivers lAsphatt Mix Over 16 Yards $58.561 5D 3A 8L View
King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L View
King Truck Drivers Dump Truck $57.72 5D 3A 8L View
King Truck Drivers Dump Truck Et Trailer $58.56 5D 3A 8L View
King Truck Drivers Other Trucks $58.56 5D 3A 8L View
King Truck Drivers_:_RtLdy Mix Transit Mix $58.56 5D 3A 8L View
King Well Drillers a Irrigation Irrigation Pump Installer i $17.71 1 View
i
Pump Installers
King Well Drifters 8t Irrigation Oiler $12.97 1 View
Pump Installers
King Well Drillers Et Irrigation Well Driller $18.00' 1 View
Pump Installers
APPENDIX A
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:
a Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
m WSDOT Standard Plans
a 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
Military Road South Pavement Repair SPA
CFW SPECIAL PROVISIONS VER. 2018.12
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the pavement repair of the Military Road South and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the Standard
Specifications.
Work will be conducted at two (2) locations in the City of Federal Way as shown on the plans,
vicinity map, and as noted below:
SCHEDULE A— Military Road S
Military Road S From S 302nd St To Camelot Dr S
SCHEDULE B— Military Road S
Military Road S From Camelot Dr S To City Limit
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
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
City of Federal Way 2019
Military Road South Pavement Repair SP-2
CFW SPECIAL PROVISIONS VER. 2018.12
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary',
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency' unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
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.
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.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
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 PROCED RES AND CONDITIONS
City of Federal Way 2019
Military Road South Pavement Repair SP-3
CFW SPECIAL PROVISIONS VER. 2018.12
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
�_r_.__ J r moi•- I-- r'-'-i---i 1_'JJ__ 1 i a leas'
al....
De!U!C dWdFU Ul d rUUIIU VVUrKti %-SU11L1dIA, 2 L)IUUC! !11U�L !11GCL CIL IS.A7L Lilt; 1111111111U111
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:
Tn Drina Contractor No. of I R�2gog of nictrihi flan
Sets
Reduced Plans (11" x 17") 3 ' Furnished automatically upon award.
Contract Provisions 3 Furnished automatically upon award.
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(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.
City of Federal Way 2019
Military Road South Pavement Repair SP-4
CFW SPECIAL PROVISIONS VER.2018.12
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
333258 th Avenue South
Federal Way, WA 98003-6325
The envelope shall be plainly marked "Military Road South Pavement Repair".
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-5
CFW SPECIAL PROVISIONS VER. 2018.12
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 partner ship agreement shall be submitted wi#1 the Bid Form if any
LJ SJgLm I CqSAIre!!!e!!SJ are Sy SJG JQLIJ::G4 S::I VSIg:: amu%:: a:i agrcci:cia.
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.
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 Ca!! 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 1-HWA-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
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, Revisin1, 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
City of Federal Way 2019
Military Road South Pavement Repair SP-6
CFW SPECIAL PROVISIONS VER. 2018.12
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-42.13 Irregular Proposals
(June 20, 2017 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE participation commitment, if applicable, as required in Section
1-02.6, or if the written confirmation that is submitted fails to meet the
requirements of the Special Provisions;
j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
I. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
City of Federal Way 2019
Military Road South Pavement Repair SP-7
CFW SPECIAL PROVISIONS VER. 2018.12
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project(in such an instance, both Bids may be
rejected); or
e. if Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION 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
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
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
"oma defined by �C�J'v� 30v.v6.v2v.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a Corny Of its standard Subcontract form for rev1ew by the Contracting
City of Federal Way 2019
Military Road South Pavement Repair SP-8
CFW SPECIAL PROVISIONS VER. 2018.12
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and
the ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause/Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
City of Federal Way 2019
Military Road South Pavement Repair SP-9
CFW SPECIAL PROVISIONS VER.2018.12
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
i! a Bil.de 1 IQs 11U1 11 U CII Iy IQvvJUIL VVIII I jUuyl�IGI�R.7 Giiilei cu al��.ail i�l a 1c
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 they 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
Military Road South Pavement Repair SPA
CFW SPECIAL PROVISIONS VER. 2018.12
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 EXECUTI!QN 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.
1-03.10) 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
Military Road South Pavement Repair SP-11
CFW SPECIAL PROVISIONS VER. 2018.12
highest percentage of recycled materials in the Pro'ectper 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
Te reserlt2iiv� Ur G4ch Bidder JhI IQIuI draw Cslip '11-0m the 4uvn. LJ1UUV1� Sa1u1
dravii ii�
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 aproposed 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 copes to be executed 1)y tne 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 a .nrnved surety(or siretiec that:
pr1
a. Is registered with the Washington State insurance Commissioner,
and
City of Federal Way 2019
Military Road South Pavement Repair SP-12
CFW SPECIAL PROVISIONS VER. 2018.12
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
1-03.7 Judicial Review
(July 23, 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
permitted under Washington Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.05 shall control
venue and jurisdiction.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications
and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
City of Federal Way 2019
Military Road South Pavement Repair SP-13
CFW SPECIAL PROVISIONS VER. 2018.12
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
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
Military Road South Pavement Repair SP-14
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. Pavement Repair- Location and limits of pavement repair areas will 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.
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
City of Federal Way 2019
Military Road South Pavement Repair SP-15
CFW SPECIAL PROVISIONS VER. 2018.12
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
Slid!! UC I!�+IU V1( -111 tr 11SIilk-AU1. 1-0Y111G11L YVIII �JG Ut:,U t Lt.;A VV IIID L11U11icc1 I viii
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
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready
for final inspection.
City of Federal Way 2019
Military Road South Pavement Repair SP-16
CFW SPECIAL PROVISIONS VER. 2018.12
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
Contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing
and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
City of Federal Way 2019
Military Road South Pavement Repair SP-17
CFW SPECIAL PROVISIONS VER. 2018.12
1-05.12 Fina! Acceptance
Add the following new section.
1-05.12(8 One-Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the oroiect 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
f r nrvrrq n�inry oll rd 0rgrie ii vaivr xrnnnclnln nnrl mwtori Ic in thm r-r rrGr-t I 1Nll rk fllr
IVI VVII\.r Vlll ll� G11 VVIVVIJ .Y v
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
a1-.a aL_ /'+_.tearac- is k I., with
the Fr. f the !''ontr + r any
U ral a IC %-, nl a�lul a worn comply 'JJI111 U IV regUII Gl I len l0 of U IV \/VI L Contract or al ly
other legal rights or remedies of the Contracting Agency.
1-05.12 (2) Maintenance Periods
(January 19, 2016 ******)
On non-FHWA projects, when the work involves such items as machinery or other
mechanical equipment, either furnished or installed by the Contractor or, furnished by
the Owner and installed by the Contractor; buildings; or work which may otherwise be
of such a nature that it is desirable by the Owner to have the Contractor maintain and/or
test the work for a period of time after final inspection by the Engineer, the following
shall apply.
It is the intent of the Owner to have at final acceptance, a complete and operable
system. Therefore, such items of work as may be listed in the Contract documents shall
be fully tested under operating conditions to ensure their acceptability prior to final
acceptance. The Contractor shall, upon completion of the work and following final
inspection, operate the complete system under the observation of the Engineer for a
test period of no less than fourteen (14) consecutive calendar days. During and
following this test period, the Contractor shall correct any items of workmanship,
materials, or equipment which prove faulty, or that are not in first-class operating
condition. Ali equipment, electrical controis, meters and other devices to be tested
during this period will be tested under the supervision of the Engineer so as to
determine their suitability for the purpose for which they were installed. All costs for
power, gas, labor material, supplies and incidentals, shall be borne by the Contractor
unless specifically set for otherwise in the Contract Documents.
City of Federal Way 2019
Military Road South Pavement Repair SP-18
CFW SPECIAL PROVISIONS VER. 2018.12
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 E ui ment 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
1-05.14(A) Notifications Relative to Contractor's Activities
(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
333258 th Avenue South Federal Way, WA 98003
Federal Way, WA 98003-6325 Telephone: 253-946-7253
Telephone: 253-835-6701
King County Metro Federal Way School District
1270 6th Avenue South, Bldg. 2 Transportation Department
MS:QS 1211 South 332nd Street
Seattle, WA 98134 Federal Way, WA 98003
Construction.coord@kingcounty.gov Attn: Michelle Turner
City of Federal Way 2019
Military Road South Pavement Repair SP-19
CFW SPECIAL PROVISIONS VER. 2018.12
Telephone: 253-945-5965
mturner�rwvs•orq
Puget Sound Energy (Gas) CenturyLink Communications
6905 South 228th St 2331566 th Ave S
Kent, WA 98032 Kent, WA 98032
Attn: Glenn Helton Attn: Leslie Fergusen
Telephone: 425-559-4647 Telephone: 206-345-3488
Puget Sound Energy (Power) Comcast Cable Communications
141038 th Street East 410 Valley Ave NW, Suite 12-C
Sumner, WA 98390 Puyallup, WA 98371
Attn: Dennis Booth Attn: Bill Walker
Telephone: 253-606-4787 Telephone: 206-255-6975
Lakehaven Water& Sewer District AT&T Cable Maintenance
31623 1st Ave S 11241 Willow Road NE, Suite 130
Federal Way, WA 98003 Redmond, WA 98052
Attn: Wes Hill Attn: Dan McGeough
Telephone: 253-946-5440 Telephone: 425-896-9830
King County Traffic Operations Pierce Transit
155 Monroe Avenue NE 370196 1h Street SW
Renton, WA 98056 Lakewood, WA 98499
Attn: Mark Parrett Attn: Barbara Strong-Nelson
Telephone: 206-296-8153 Telephone: 253-405-4433
bnei son @ piercetra nsit.arg
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the-second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispu e, oF' other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1-05.19 defects Arising in One Year and Remedies
(April 1-2, 2018 OFW GSP)
City of Federal Way 2019
Military Road South Pavement Repair SP-20
CFW SPECIAL PROVISIONS VER. 2018.12
Section 1-05.19 is a new section:
The Contractor shall be responsible for correcting all defects in workmanship and
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
such 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
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.
These actions will be pursuant to the provisions of Section 1-05.8 of the Standard
Specifications.
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
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.
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
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.
1-06 CONTROL OF MATERIAL
1-06.2(2) Statistical Evaluation of Materials for Acceptance
Delete this section in its entirety.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction-of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of,recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on-site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
1-07 LEGAL RELATIONS AND_RESPONSIBILITIES TO THE PUBLIC
City of Federal Way 2019
Military Road South Pavement Repair SP-21
CFW SPECIAL PROVISIONS VER. 2018.12
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 (WISH-IA).
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
X__ __ ofinjured. _ }.
lul removal o injured persons to a hospital or a doctor's 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 cnr,ara. No work shall be nprfnrmei in nr adiarant tothe gin__..
confined space until the plan is submitted to the Engineer as required. The Contractor
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-22
CFW SPECIAL PROVISIONS VER. 2018.12
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.
1-07.20) State Sales Tax— Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(2) State Sales Tax— Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
City of Federal Way 2019
Military Road South Pavement Repair SP-23
CFW SPECIAL PROVISIONS VER. 2018.12
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 rentai OT 1001S,
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(1/))
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
Puget Sound Air Pollution Control Agency: Regulation No. 1
Resolution No. 194
The above environmental provisions are incorporated into this contract by this
reference as if set forth herein in full. Copies of the City of Federal Way Provisions are
available for perusal at the Public 'works Department.
City of Federal Way 2019
Military Road South Pavement Repair SP-24
CFW SPECIAL PROVISIONS VER. 2018.12
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.
1-07.7 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:
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
City of Federal Way 2019
Military Road South Pavement Repair SP-25
CFW SPECIAL PROVISIONS VER. 2018.12
shall prepare and submit Standard Form 1444, Request for Authorization of Additional
Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit
the completed form to the Engineers 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.
07.'16 Protection and Restoration of Property
1-07,16(l) 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 Werk. The Contractor shall comply with
the laws and regulations of the Owner, County, and State and Federai
govern r l rents, 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 neglel.l on the pari of 'Ll le Con'r al-Or or
subcontractor(s), or any agent or employee of either during the progress of the
Work and until its final acceptance.
Property includes land, utilities, trees, landscaping, improvements legally on the
right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or
water lines, signs, and other property of all description whether shown in the
Plans or not.
If the Engineer requests in writing, or if otherwise necessary, the Contractor shall
at its expense install protection, acceptable to the Engineer, for property such as
that listed in the previous paragraph. The Contractor is responsible for locating
all properly 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
signsf traffic signal loons, landscaping. public and private utilities etc., which are
damaged or removed (and not indicated to be removed) during construction,
whether shown in the plans or not.
City of Federal Way 2019
Military Road South Pavement Repair SP-26
CFW SPECIAL PROVISIONS VER. 2018.12
All existing survey monuments and property corner markers shall be protected
from movement by the Contractor. All existing markers and/or monuments that
must be removed for construction purposes are to be referenced by survey ties
and then replaced by a professional land surveyor registered in the State of
Washington. All existing property corner markers disturbed or removed by the
Contractor's operations which, in the opinion of the Engineer, were not required
to be removed for construction purposes shall be replaced at the Contractor's
own expense by a Professional Land Surveyor registered in the State of
Washington. Any of these monuments damaged must be reset to second order,
first class specifications.
Sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to ensure satisfactory operation upon completion
of the improvements. This work will include, but not be limited to, cutting and
capping existing pipe, relocating existing risers and sprinkler heads new pipe
heads and connections, and testing of the system. All work shall be done in
conformance to acceptable standards. This 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:
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-27
CFW SPECIAL PROVISIONS VER.2018.12
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)
Seciian 1-07.17 is suppietlnerited with the 6lo- iny.
Locations and dimi enssons 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 2331566 1h 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
King County Traffic Operations AT&T
Attn: Mark Parrett Attn: Daniel McGeough
155 Monroe Ave NE 11241 Willows Rd NE, #130
Renton, WA 98056 Redmond, WA 98052
Telephone: (206) 296-8153 Telephone: (425) 896-9830
Zayo City of FW IT Dept(City Fiber)
Attn: Scott Morrison Attn: Thomas Fichtner
22651 83rd Ave S 33325 8th Ave S
Kent, WA 98032 Federal Way, WA 98003
Telephone: (206) 832-4862 Telephone: (253) 835-2547
ADDITIONAL CONTACTS
King County METRO Transit South King Fire & Rescue
81270 6th Ave S, Bldg 2 31617 1st Ave S
Seattle, WA 98134 Federal Way, WA 98003
Telephone: (206) 684-2785 Telephone: (253) 946-7253
City of Federal Way Police Federal Way School District
33325 8th Ave S Attn: Transportation Department
Federal Way, WA 98003 1211 S. 332nd St
Telephone: (253) 835-6701 Federal Way, WA 98003
City of Federal Way 2019
Military Road South Pavement Repair SP-28
CFW SPECIAL PROVISIONS VER.2018.12
(for officer traffic control scheduling) Telephone: (253) 945-5960
Telephone: (253) 835-6767
(for traffic/ road closure issues)
1-07.18 Public Liability and Properly Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(l) General Re uirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A-: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims-
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
City of Federal Way 2019
Military Road South Pavement Repair SP-29
CFW SPECIAL PROVISIONS VER. 2018.12
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.1. All costs IUI 111,UId 11l;G ,I[!11 l!C II1LAUCI RC 1 LU CCU 1111,1000U I11 U e l!I 11t VI Il.1111l:1 JU111 po lk.U0
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.
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 Coverar�rr
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
City of Federal Way 2019
Military Road South Pavement Repair SP-30
CFW SPECIAL PROVISIONS VER.2018.12
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
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
City of Federal Way 2019
Military Road South Pavement Repair SP-31
CFW SPECIAL PROVISIONS VER. 2018.92
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
Ali eni.ilies iisied under 1-l/!. IO(L) UI t1iese a pecla1 Provisions shall SIC I arned by
endorsement as additional insureds on the ContractorsPollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safety
1-07.23(1) Construction_under Traffic
(January 2, 2012 WSDOT GSP, OPTION 2)
+Section i-0-11.23(i 1)) is supplemented with + e f3iiOw•In
Ing:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not
be permitted to park within the WZCZ at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
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 j 15
1 45 to 55 mph j 20
City of Federal Way 2019
Military Road South Pavement Repair SP-32
CFW SPECIAL PROVISIONS VER.2018.12
60 mph or greater 1 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 A— Military Road S between S 302nd St and Camelot Dr S and
Schedule B — Military Road S between Camelot Dr S and City Limit. Only
one lane of traffic may be closed between the hours of 8:30 AM and 3:30
PM. Approval to close half of the street will require 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.
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
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
City of Federal Way 2019
Military Road South Pavement Repair SP-33
CFW SPECIAL PROVISIONS VER. 2018.12
All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
as not to be visible to motorists
I he Contractor snail be responsible for notifying ali affected property
owners prior to commencing the barricading of streets, sidewalks and
driveways.
® The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
® Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
Lane closures shall not restrict vehicular access for bases through the
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,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
_Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 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.
City of Federal Way 2019
Military Road South Pavement Repair SP-34
CFW SPECIAL PROVISIONS VER. 2018.12
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. 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.
(April 12, 2018 CFW GSP)
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
available upon request of the Contractor.
Right-of-entries on adjacent private property have been secured for purposes such as:
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
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
City of Federal Way 2019
Military Road South Pavement Repair SP-35
CFW SPECIAL PROVISIONS VER. 2018.12
receive permission from the City Community Development Department for the use of
sites as staging areas, if required.
Right-of-entry agreements may include responsibilities for the Contractor, such as: listing
property owners as additional insured; providing advance notice to certain
representatives; or daily site cleanup requirements. These responsibiiiiies are listed as
examples only and the right-of-entry documents should be reviewed by the Contractor to
determine 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
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.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
1-08 PRQSECU1IQN AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0(1) preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
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
City of Federal Way 2019
Military Road South Pavement Repair SP-36
CFW SPECIAL PROVISIONS VER. 2018.12
3. A list of material sources for approval if applicable.
1-08.4(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).
All work:
o Lane closures may occur from Monday through Friday between
8:30 a.m. to 3:30 p.m.
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.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non-working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
(May 17, 2018 APWA GSP, OPTION S)
City of Federal Way 2019
Military Road South Pavement Repair SP-37
CFW SPECIAL PROVISIONS VER. 2018.12
Delete the eighth paragraph.
Revise the ninth paragraph to read:
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.
Init-_�_..__1I.... n....a-..,.a,.-..;LL.I..,I.J., a +.. C..L......-.+.-....+...--1-,.,.-... I,,.J;__
VVI lerieve hle Vontra ,TVI Wi hholUJ paylllent U- a VIJUI,VI Iu Q%,wl IVI ally IGaJVII IIII�,Iuuil ly
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
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.
-H.3 Progress Schedule
Section 1-08.3 is supplemented with the following:
Should it become evident at any time during construction that operations will or may fail
behind the schedule, the Contractor shall, upon request, promptly submit a revised
schedule in the same form as specified herein, setting out operations, methods, and
equipment, added labor forces or working shifts, night work, etc., by which time lost will be
made up, and confer with the Engineer until an approved modification of the original
schedule has been secured. Further, if at any time any portion of the accepted schedule is
found to conflict with the contract provisions, it shall, upon request, be revised by the
Contractor and the work shall be performed in compliance with the contract provisions.
Payments of any further estimates to the Contractor after such request is made and until an
approved modified schedule has been provided by the Contractor may be withheld.
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
(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 preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
City of Federal Way 2019
Military Road South Pavement Repair SP-38
CFW SPECIAL PROVISIONS VER. 2018.12
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.
1-03.5 Time for Completion
(September 12, 2016 APWA GSP, OPTION Ar
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. if the Contractor is approved to work 10 hours a day and_4_days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be char ed as a working
day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
City of Federal Way 2019
Military Road South Pavement Repair SP-39
CFW SPECIAL PROVISIONS VER.2018.12
c. Monthly Reports of Amount's Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
vunu auwi and all 'Subcontractors
u n
I. Pi,op f'l jf o-yyi IC.I tE 1tz:a'�f�s 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 by October 31, 2019.
1-08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Compietion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The
Enaineer will notify the Contractor in writina of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for
liquidated damages shown above will not apply. For overruns in Contract time occurring
after the Substantial Completion Date, liquidated damages shall be assessed on the
basis of direct engineering and related costs assignable to the project until the actual
Physical Completion Date of all the Contract Work. The Contractor shall complete the
remaining Work as promptly as possible. Upon request by the Project Engineer, the
Contractor shall furnish a written schedule for completing the physical Work on the
Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(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 WSDO T form 422-023, Scaieman'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 Imlay 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.
City of Federal Way 2019
Military Road South Pavement Repair SP-40
CFW SPECIAL PROVISIONS VER. 2018.12
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
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 tie
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-41
CFW SPECIAL PROVISIONS VER.2018.12
4 Charge 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 1-09.901 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:
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 head uarters is located. provided that where an action is
asserted against a count RCW 36.01.05 shall control venue and murisdiction.
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, submi't'ted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
City of Federal Way 2019
Military Road South Pavement Repair SP-42
CFW SPECIAL PROVISIONS VER. 2018.12
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located,provided that where claims subject
to arbitration are asserted against a county, RCW 36.01.05 shall control venue
and jurisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-10 TEMPORARY TRAFFIC CONTROL
1-10.1 General
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
1-10.2(1)B Traffic Control Supervisor
Section 1-10.2(1)B is supplemented with the following:
A Traffic Control Supervisor(TCS) shall be present on the project whenever flagging
or other traffic control labor is being utilized. The City will not pay for any work
performed by the TCS as described under Section 1-10.2(1)B but considered
incidental to other bid items.
City of Federal Way 2019
Military Road South Pavement Repair SP-43
CFW SPECIAL PROVISIONS VER. 2018.12
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 vv,iJu uiuvn of a is Nrvjci.L.
1. If the Contractor opts to utilize traffic control plans other than those provided
in these Contract Documents the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation.. These plans shall supplement
Construction Staging Plans. The plans as provided by the Contractor shall
include and not be limited to the following information:
Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
® Minimum lane widths provided for vehicular travel.
Turn pocket length, gap, and tapers in conformance with the City
of Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective
tubular markers shall be required for each shift of traffic control. The
Contractor shall provide temporary striping, reflective marking tape, and/or
reflective tubular markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control
device spacing, tapers, etc., to scale, and shall contain accurate dimensions
and legends and shall be signed by the preparer.
1-10.3 Traffic Control Labor, Procedures and Devices
1-10.30) 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
lynette.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.
City of Federal Way 2019
Military Road South Pavement Repair SP-44
CFW SPECIAL PROVISIONS VER.2018.12
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
Chief has designated Lynette Allen as the program administrator so she can
give the required permission.
The 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
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
paid 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
has 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
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
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.
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.
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
Standards Act (FLSA).
1-10.4 Measurement
Section 1-10.4 is supplemented with the following:
Flaggers and Spotters will be measured by the hour.
City of Federal Way 2019
Military Road South Pavement Repair SP-45
CFW SPECIAL PROVISIONS VER. 2018.12
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.
Construction Signs Class A will be measured by square feet.
Portable Changeable Message Signs will be measured per day.
1-1.0.5 Payment
Section 1-10.5 is supplemented with the following:
"Flaggers and Spotters", per hour.
"Other Traffic Control Labor" per hour.
"Traffic Control Supervisor", incidental to other bid items.
"Off Duty Uniformed Police Officer", per 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 PCMB to and from each project site, and
maintaining the PCMS.
END OF DIVISION 1
City of Federal Way 2019
Military Road South Pavement Repair SF-46
CFW SPECIAL PROVISIONS VER. 2018.12
DIVISION 2
EARTHWORK
2-01 CLEARING. GRIJBBING, 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-t)3 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 pavement on traveled lanes and shoulders. Depth of asphalt
concrete pavement removal varies from 3\4 inch to 2 inches.
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-47
CFW SPECIAL PROVISIONS VER. 2018.12
2-03.3 Construction Requirements
Section 2-03.3(14)N Wet Weather_Earthwork
(April 12, 2018 CFW GSP)
Section L-UO.
J` I`-FjIV 1.7 Q IICVV JeVlIUI 1.
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to miniMi7P 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" will be measured by square yard per inch (SY/!n).
2-03.5 Payment
(April 12, 2018 CFW GSP)
n i• n nn 1 a 'a1.. 14... L...11..
Jectlon 2-03.5 Is supplemented witlI he IVIIVwllly.
"Roadway Excavation Incl. Haul", square yard per inch (SY/in). No separate payment will
be made for haul or wasting excavated material.
2-06 SUBGRADE PREPARATION
Subgrade preparation for Pavement Repair shall be accomplished in accordance with section 2-
06.
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 "HMA Class 9/2" PIG 581-1-22 for Pavement Repair
respectively.
END OF DIVISION 2
City of Federal Way 2019
Military Road South Pavement repair SP-48
CFW SPECIAL PROVISIONS VER. 2018.12
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
City of Federal Way 2019
Military Road South Pavement Repair SP-49
CFW SPECIAL PROVISIONS VER. 2018.12
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Section 4-04.1 is supplemented with the following:
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
City of Federal Way 2019
Military Road South Pavement Repair SP-50
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. 1/2" 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 CPL
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-51
CFW SPECIAL PROVISIONS VER. 2018.12
All costs in connection with performing the Work in accordance with these requirements,
shall be included in the unit Contract prices for the various Sid items invoived in the
Contract.
5-04.3(3)_Eguipment
5-04.3(3)A Mixing Plant.
Plants used for the preparation of HMA shall conform to the following requirements:
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
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
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
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
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.
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 heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average temperature with no
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.
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
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
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle
without 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
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 shrift include, or are
City of Federal Way 2019
Military Road South Pavement Repair SP-52
CFW SPECIAL PROVISIONS VER.2018.12
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached 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 '/4 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 be placed, 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
Military Road South Pavement Repair SP-53
CFW SPECIAL PROVISIONS VER. 2018.12
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
recommendations. 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 IGlV11GI UeD Leatiung tiume and tem.paratures, cullovvrahla st-Gr nE time
and temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overriow of sealant from the pavement surface. If, in the opinion of the Engineer, the
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.
5-04.3(4)�A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In.areas shown on vicinity map where HMA will not be placed, fill the cracks as follows:
A. Cracks '/4 inch to 1 inch in width -fill with hot poured sealant.
B. Cracks greater than 1 inch in i� width —fill with sand slurry.
5-04.3(4)C Pavement Repair
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
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
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.
Unless otherwise shown in the Plans or determined by the Engineer, excavated depth
varies between 3/ inch to 2 inches. The Engineer will make the final determination of the
excavation depth required. The minimum width of any pavement repair area shall be 40
inches unless shown otherwise in the Plans. Before any excavation, 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 Right 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
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
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
mechanical tamper or a roller.
City of Federal Way 2019
Military Road South Pavement Repair SP-54
CFW SPECIAL PROVISIONS VER. 2018.12
5-04.3(5) Producing/StOGkpifinq 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. HMP, 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
Military Road South Pavement Repair SP-55
CFW SPECIAL PROVISIONS VER. 2018.12
wearing course 0.30) feet
other courses 0.35 feet
HMA Class 3%'I 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
.+.�:.. ...� f:.,.+h:., +I,— —, Kn A--- Ill ii+h Mkr
spr eau Ii Ig al d IU IIJI lil Ig %-,4U IFI I IGI Il III IprGl,UVa I, a IG pa V II Ig I I Iur vv IAVI Iv vrlu I WLR I..I
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
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
specified unless there is a need to make an adjustment in the JMF.
5-04.3(8) Aggregate Acceptance_Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
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 i� of the Engineer.
5-04.3(9) HMA Mixture Acceptanc$
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
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
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.
The mix design will be the initial JMF for the class of HMA. The Contractor may request
a change in the JMF. Any adjustments to the JMF will require the approval of the
Engineer and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of
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
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
Property I Non-Statistical EvaluationCommercial Evaluation
Asphalt Binder +/-0.5% i +/-0.7%
Air Voids,Va 1 2.5% min. and 5.5% max , N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
fnilr����inn tnlaranrac—es to thea nrnueri .-IMF
A c�ragate Percent Non-Statistical Commercial Evaluation
%ALL of Federal Way 2049
Military Road South Pavement Repair SP-56
CFFW SPECIAL PROVISIONS VER. 2018.12
Passing Evaluation
1",3/",'/2", and 3/8"sieves +/-6% +/-8%
No.4 sieve +/-60/, +/-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 1%2", 1", 3/" '/2' W, 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)Cl 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
Military Road South Pavement Repair SP-57
CFW SPECIAL PROVISIONS VER. 2018.12
JCU i li.lill ilJ. and iIU LCJU il� I IIVIl'L it 11 .�7. a7 Ll u:.�iu r.�'7.1 application ill 1 where G q:.7a7 ILI L.f..J .^..G IGJJ a lal I -rv�
tons is at the dis-cretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. in
all lases, a IIIII IIIIILl111 VI V JQIII'.IIGJ VVIII VG VVLQII IGU CIL LIIG i./VIl t Of U%cc%c./lal cc, G
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
I
ested, compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by VvSDO T 1=0P fon AASH i iaT
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:
Table of Price Adjustment Factors
I
Constituent Factor "f'
All aggregate passing: 1'/2", 1", 3/4', '/2', 3/8' 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 subiots or samples from the Roadway shall be tested to provide
a minimum of three sets of results for evaluation.
C'.ty of Fede:al Way
Military Road South Pavement Repair SP-58
CFW SPECIAL PROVISIONS VER. 2018.12
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.
5-04.3 MD 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).
5-04.300) 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
Military Road South Pavement Repair SP-59
CFW SPECIAL PROVISIONS VER. 2018.12
the pavement. The density of the pavement shall be deter rininled 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
cores to determine density.
4'_._ r'Ll-
_ J_.__:i.. 'll L. 1.1,.. J..... '1L 6L.�
Tests for [lie deierriiirlatiun of lrie pavement density will be rareeri iii accordance wiui the
required procedures for measurement by a nuclear density gauge or roadway cores after
n m letio of finish rniling
moll 1ps��l�,n .,: he : .,::,:ly.
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.
Roadway 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
the 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
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 Sid item
"Roadway Core" the Contracting Agency will obtain the cores.
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.
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
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
Test Results
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
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.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
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
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
City of Federal Way 2019
Military Road South Pavement Repair SP-60
CFW SPECIAL PROVISIONS VER. 2018.12
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the
traffic control.
5-04.31.10)A 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
after 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
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
City of Federal Way 2019
Military Road South Pavement Repair SP-61
CFW SPECIAL PROVISIONS VER. 2018.12
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
5"04.3i IU)UG HW1H I.LJIIIc7t;11U11 IY(i11s1aL1s;lIl:Q1 CVaILaLIV11—114LC iatCII ILG F C.71111L.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.
5-04.3(10)D3 HMA Nonstatistical Compaction_- Price Adjustments
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
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
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
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)
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
Contract price per ton of mix.
5-04.3(11) Relent Work
5-04.301)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
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(19)6 Rejection by Contractor
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.
5-04.3(l 1 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
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials
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
City of f=ederal inlay 2019
Military Road South Pavement Repair SP-62
CFW SPECIAL PROVISIONS VER. 2018.12
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.
5-04.303) 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 % 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 1/4 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.
Deviations in excess of the above tolerances that result from a low place in the HMA and
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.
5-04.30418 Paving and Planing Under Traffic
City of Federal Way 2019
Military Road South Pavement Repair SP-63
CFW SPECIAL PROVISIONS VER. 2018.12
5-04.3(14)B @ Genefafi
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)B2 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
plan 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
changed if the Engineer agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-64
CFW SPECIAL PROVISIONS VER. 2018.12
When 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
signalization is or may be, countermanded, and show ar-eas where flaggers are
proposed.
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
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
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
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.
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.
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
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.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11.Approximate times and days for starting and ending daily operations.
5-04.3(14)63 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
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
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.
City of Federal Way 2019
Military Road South Pavement Repair SP-65
CFW SPECIAL PROVISIONS VER. 2018.12
LJ. it i :Intersections, i oW LV VI aup Gn LI e II iLVI JGL.LIIJ f, and address traffic f is con f.l of
and signaiization 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.
,J A1..+:i:....+:.. ..,J „� !'�ontr cto r.+:..i" nA r.Ji .,+ir. .i+h othc
U. Iwurn,auvil� requi,ed o C LaL,wr aLAIVILIcs, offu wvfufnauffg vvfuf vLI Icr
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)62.
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. tither items the Engineer deems necessary to address.
2. Paving —additional topics:
a. v"v�hei I #v sari applying tack a�Id CJCr dii faLI fg 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.
5-04.305) 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.
5-04.4 Measurement
Section 5-04.4 is supplemented with the following.
HMA Cl. 1/2" PG 58H-22 for Pavement Repair will be measured by the ton.
Crack Sealing will be measured by force account.
Tack Coat will not be measured.
5-04.5 Payment
Section 5-04.5 is supplemented with the following-
City
ollowingCity of Federal Way 2013
Military Road South Pavement Repair SP-66
CFW SPECIAL PROVISIONS VER.2018.12
"HMA Cl. 1/2" PG 58H-22 for Pavement Repair", per ton.
"Crack Sealing", perforce account.
"Tack Coat" will be incidental.
The unit Contract price per ton for "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.
END OF DIVISION 5
City of Federal Way 2019
Military Road South Pavement Repair SP-67
CFW SPECIAL PROVISIONS VER.2018.12
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CQNTRO L
8-01.3 Construction Requirements
8-01.3(1) General
Section 8-01.3(1) is supplemented with the following:
(City of Federal Way)
The Contractor shall, prior to disruption of the normal water course, intercept the
offsite stormwater and pipe it either through or around the project site in such a
manner that it is not combined with offsite stormwater and it is discharged at its
preconstruction outfall point in such a manner that there is no increase in erosion
below the site
The method for performing this work shall be included in the Contractor's temporary
erosion control plan.
8-01.3MA 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 o. construction. All, TESC Plans shall meet the
City of f=ederal Way 2019
Military Road South Pavement Repair SP-68
CFW SPECIAL PROVISIONS VER.2018.12
requirements of the current edition of the WSDOT Temporary Erosion and
Sediment Control Manual M 3109 and be adapted as needed throughout
construction based on site inspections and discharge samples to maintain
compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
In addition, the SWPPP shall outline the procedures to be used to prevent high
pH stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified
in the General Permit, including:
Narrative discussing and justifying erosion control decisions (12
elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction
season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP,
using project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor
shall provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on-site measures/revisions
including additional source control, BMP maintenance, and/or additional
stormwater treatment BMPs that are necessary to prevent continued
exceedance of turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
City of Federal Way 2019
Military Road South Pavement Repair SP-69
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
xr_._ n n. A 1-._ J with
1L_ I_11_..:--
Secuon a-0 i.4 i5 supplemented with he sunuwing
Inlet Protection Insert will not be measured per each.
8-01.5 Payment
Section 8-01.5 is supplemented with the following:
"Inlet Protection Insert", per each.
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.
8-09 RAISED PAVEMFNT MARKERS
8-09.1 Description
(December 12, 2012 CFW GSP)
Section 8-09.1 is supplemented with the following:
RPIVI'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.
SECTION 8-22 PAVEMENT MARKING
8-22.1 Description
(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
(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.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9-34.4.
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
City of Federal Way 2019
Military Road South Pavement Repair SP-70
CFW SPECIAL PROVISIONS VER. 2018.12
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of the
Engineer prior to installation of temporary pavement markings. After approval of
permanent lane markings, the Contractor shall remove the temporary lane markings to
the satisfaction of the Engineer.
The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint
line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17,
Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for
this Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip
pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap,
unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic
tape markings shall generally follow the alignment for the permanent pavement markings
and double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable
for reflective tape.
All costs in connection with the use 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
City of Federal Way 2019
Military Road South Pavement Repair SP-71
CFW SPECIAL PROVISIONS VER. 2018.12
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.
"Plastic Crosswalk Line", per linear foot.
"Plastic Stop Line", per linear foot.
"Plastic Traffic Arrow", per each.
The unit contract price for the abode, 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.
All Raised Pavement Marker Type 1 and MMA removed during pavement repair operation will
be replaced with paint and paid by linear foot.
8-23 TEMPORARY PAVEMENT MARKINGS
Section 8-23 is supplemented with the following:
All costs in connection with the use of reflective traffic tape as temporary pavement
markings shall be incidental to other bid items. All costs for paint lines and reflective
pavement markers used for temporary traffic control shall be paid under other bid items.
Temporary Pavement Markings
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of the
Engineer prior to installation of the temporary pavement markings. The temporary
pavement markings shall be installed and maintained to the satisfaction of the Engineer
until the permanent pavement markings are installed and approved in writing by the
Engineer. After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern
based on a 10-foot unit consisting of a 1 foot line of tape and a 9-foot gap, unless otherwise
specified in the Plans or in the Special Provisions for this Contract. Reflective traffic tape
markings shall generally follow the alignment for the permanent pavement markings and
double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than 2 weeks without the written approval of the Engineer.
City of f=ederal Way 2019
Military Road South Pavement Repair SP-72
CFW SPECIAL PROVISIONS VER. 2018.12
The Contractor shall provide paint lines per Sections 8-22 and 9-34, and RPMs per
Sections 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings
for construction staging. Paint lines shall be provided for temporary pavement markings for
any conditions not applicable for reflective tape. Paint lines and RPMs for temporary
pavement markings shall be paid under"Paint Line" and "Raised Pavement Marker Type 2".
Temporary pavement marking shall be per Section 5-04.3(17) of these Special Provisions
8-23.4 Measurement
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.
8-23.5 Payment
Section 8-23.5 is supplemented with the following:
"Temporary Pavement Marking", incidental to pavement markings.
END OF DIVISION 8
City of Federal Way 2019
Military Road South Pavement Repair SP-73
CFW SPECIAL PROVISIONS VER. 2018.12
MATERIALS
9-03 AGGREGATES
9-03.12 Gravel Backfill
9=03.12(6) Pit Ran Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Ferceni Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Barrow
(April 12, 2018 CFW GSP)
Section 9-0_3.14(3) is modifier? with 'he 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
ul Cted
ull ail JI IVU u IIVL A/G IGIL UI Il'Vlllpali LGu.
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.
For geosynthetic reinforced walls or slopes, 100percent passing 1'/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
Military Road South Pavement Repair SP-74
CFW SPECIAL PROVISIONS VER. 2018.12
SECTION 9-21 RAISED PAVEMENT MARKERS_()
9-21.20) 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 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.4 Glass Beads for Pavement Marking Materials
(March 13, 2012 CFW GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface-drop glass beads shall be the "Utah Blend" with a Methacrylate compatible
coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet. -
Bonded Core Elements
Surface-drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per
ASTM 2176.
The bonded core reflective elements shall contain either clear or yellow tinted
microcrystalline ceramic beads bonded to the opacified core. These elements shall not
be manufactured using lead, chromate or arsenic. All "dry-performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when
tested using the liquid oil immersion method. All "wet performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 2.30
when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series.
"S" series is a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing ASTM D1214
US Mesh Micron Standard Elements "S" Series
12 1700 80-100 85-100
14 1410 45-80 70-96
16 1 1180 1 5-40Y 50-90
18 1000 0-20 5-60
20 850 0-7 0-25
30 600 0-7
City of Federal Way 2019
Military Road South Pavement Repair SP-75
CFW SPECIAL PROVISIONS VER. 2018.12
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1% solution (by weight) of
sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid
into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the
water, not the reverse.
Bonded core element's shall be applied at a rate of ten (10) grams per four (^) inch ',Nide
by one (1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro
reflectivity is averaged over many readings. Minimum Retro reflectivity results represent
average performance for smooth pavement surfaces. Values represent both standard
and "S" Series elements. Results may vary due to differences in pavement type and
surface roughness. Increased element drop rate may be necessary to compensate for
increased surface area characteristic of rough pavement surfaces. The initial retro
reflectance of a single installation shall be the average value determined by the
measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-
reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-
candle [mcd(ft-2)(fc-1)j.
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 j Yellow
Dry (ASTM E1710) 700 500
Wet recovery ASTM E2177 375 280
Wet continuous ASTM E2176) 150 125
END DIVISION 9
City of Federal Way 2019
Military Road South Pavement Repair SP-76
CFW SPECIAL PROVISIONS VER. 2018.12
APPENDIX B
STANDARD PLANS AND DETAILS
0
N
N Z
q Z c
i 1I i � i
W .
M
ca
< �o z
� x F-- Z 0
COC i =)Z)i i i i i i 02 0 �� �
x
c z w z w 0 n w
2 N d U m �' x
W d 1— H d: WI
co = U } � _j = LouIQ O C]
_ Z J QUO GU W Z
� �0 , �0- Www wO
m 0
Qo `Xm p O� QQ � } ou-} m C9 O
WQ2ca a- C) } �N• mNO ~ 2mU = Q
U2 c� X OOO � m J J
wr� m wZcn
� zz MM
Z0 N MEW U W � W
QCn � a_ UU • 5 W W Cl) W 0
o
C7 Q w I: -j 0ui
co I I • it Q Zi I._'
J I— U f O w -: !
Qw s"p z } LLY
F c U LU
a �
�w — � 0
3: a >- J W Z
N I Q Q I
0 z
QO UO
U_ w a
" 00 0 om zw ¢
W W
Z S
x
_ � C S
o Cf) J a O� x
CnZ � CO
IALL O i U)c
k Qw m � a � }
�C6 w0 mOz �� � _ �
E OL :a s �� w a0
ww 0 o � < II � �
} P` z� w 2 ' z �
- U) wF- 00 } w
' W Z J H U) LLL LL W
Oo F- m:l4
o } a0 F [ aQ N} �a 7
o > Y � Z� l � � �� w JY
ZQ � ZO O �5- O U 3
1 n U) C-) U U ~ z
�w omZ �
s
CO CL c9 H
EL F- a # w 2 W Z
} F-
F-
F- 0 �' bra o ~NO
co w :°>- LLI } Q U L7 2
Z Q l Lj O 2
1 o E LL Z 0< o
QLLl ,r i � ¢
Z W O
n >
C F Q O
LLI co
C3
y
0
nt O
C Z
LU
'p Z 9 M
® d
a
E-C ® m m y LJ^
i5 Q LU
CD (D•3 N N �
Q N Luc
o m
L
c O Q > CO
1ff , j pmOQ 1L
p a) a i m Z W
�U �EEo (D W
�O 3 ((D
-0. o
N O t3 Q m Q U �
Q
T
~ C
O Z
C
01 _C O _C O C
O O m O (D II W
L
U /`
} U " 5 O �- Q
L � UO � t
//��
6' O O_O Q3 IL
o 3 +
Qo � o 0 ,-- L
3 37 - - 3
o Q
&UO auoj
oamici gDooid�dd ® ampodaCl
0 U
11 Nr
o
�f (O"•
p
y
f'✓{y f{I Ir F--
J Y
0
° �' a ' t ,ti u C 3
E o
L a
a
Ym �Q -0
91 o 0
C; ro
O O N
O
IE
m L} = N L5
>
II O Cie tIL 0
G T O_
Q: 7
I �
� P
q
-- - - O
G z co
N
p I _ • �
l� w l w U _ s
m z L� z
=LLJ JQ W < J s
O ' 2i w z F- 3:
n F-
O� JO
JO U �� W z li w
}W W ui
En J � I,. O O c
w �� — s W z i
lI
a- �' o� - U
n Z �' W
O W
i � z � a - � � (n
LLJ
LUOf
d %
.n J O I J OIn
Li
W a Q nLL
W C
z J J
LD
>-lN J — r. N �, Z-Cf) N m r; W W i4 LU
a- w 0- N 1 Of
I O F- > O w O Q ~
i Z Wi
LL- W W LU
Q W J- Q
r IJ v Df
OfIJ w z
_ � O � � O w W r
O Z
Z wLLI
z g
w � � w O O
O � z W
z C� O I Z 1- = z f- O W I- I
JW ILi
z JN w � W U J ilil I
W F- O w { - W �_ L.LI
F= O IF- �- O p � � p LLJ
w
Z = Z J p `-✓ n 4'
II3: W
w
_ w —
m � O cr"cn .
- 0 Ln
0-1 d °o �� CO
LLJ O
ML ^ u N O f J a 3
L 00 J
Ze (n
W O W
Nv L w LLJ ` W
^ OC)
z W F�- V) X00 Z
J O w z J \� LLJ
N w J / J IW— I I a f3 N O
W O o
N v Z _CV Q Z
W III p z
Z N J ! W
I
J z W W a-
' r W
I
W p LLJ N W 0 � � (n
� F-
p S
ii
<W -, , '` i Q-)
a CLJ OQ
,_
Q > Wo m cv m cv
cnWUof Of
� ¢ � ~ o D0 L v ��
J (nZ z � � Z � J a- �
O
C) :2 O � zm U U ,—
L � � � � Of � - U qWp WF- W WALL N
� U V 0 � � OJ � O a- 0LLJ
aaW W W WD U) W W J � � N
Z ~ m m ¢ a D � O Q a F- Z CLZ Z ~ W
OJW IW- 00 W � z V=7 0:2 o � O = E
o a = ? Jz in V) - � w w ~ i
Z = U Z W0- J0 mLLI� 0 a a �
C7 a
� 0 z O in
(!7 W Ua- J N � � N� Z
= Z O J
� OZ � � a az J U � w W W Wi- a
J Y � 2W (!70 0 � N O0- a U z i
o za-< za- (n :2
� u a- cri (nn � c � � of o
� a cr ��-- cn 0 >- LJ Z W 0 a W cn ¢ W cn o
gym. Q ~ mow o amu, o � u, 0 i '�' ,
h- U N W � m Z a LJ � W � � O i
tnF- rrU) cn � � 0 � z o
Z (nW 0 Jl17 JW � -j L-Li o U W � O WHO O i
,C O � � J a � ¢ U � � � � � � � (� U �iLnU z m
z Qa Z � � W D Z DZ 0 LLJ LUL
W W r w F- F-- a_ U U W e L
C� m �- a N m r7 � � a �S Ln Ln (n CO r- LL. 00 L Lai -�
IL
W LLJW
nLLJ
z Z z
F-- J J J W
W W � W y
LU
O
z OJ 0 ~ Q;J a
QO
CD -Itd (nom OW
W z
UOQ
LLJ
LLJ
Jz
o a Fil J in
Qd
Ln W w 1
J W
O
U W J W v z W
�
z n >- " O a- n � z
W % LLJ U N v W U ! Z
W
Z _ I
,y, z >- � O
J O a I Z_ J N �
J z
� J I- W C) d L� W o
N
W W I n W H (J7 W
U Q W W
O m W . LLJ r
Y 00 = LI O a
Lo d O
APPENDIX C
CRACK SEALING VICINITY MAP AND STREETS LIST
2020 ASPHALT OVERLAYw, „
City of Federal Way PRELIMINARY PROJECT LIST
F
y
-
+ = r P
.�. �l ..
Legend
�._.,_.i City Limits -
Schedule
r-
... g
C _
E f
0 1 2 ederal Way
N Miles MA
UO O O O w w w 0 O O w w w w w w w a) 0 0 (D O O a)
a U U U U U Q p_, W W U U U Q m m d d W m m sz U U a U U n-
> > > > > > > > > > > >
rn 0 0
w w w w w w
O O O O O w W w w w w w w W w W W w O O O O
�, UUUUU �, wwaa
o > > > > > o 0 0 > > 0 > > o
_0 _0 -0 -a
LU w w w w w
c co (n cn
C 0 LO A M M C N N N M C N N N N N N N N N C- M M C co M c
J J J J J J
N O ti M O r- O w ti O O I-- M M ti Cl?
'� N I` Ln CO O �. .-.
} O rn co v 00 } 6i o o } rl co ao 0 00 m N >- 0 i} ti
(n (n N 0 0) O (n ti 00 CO O I, p N N LO 0 (n M (n fn
M to O O 0)O a0 M N ti O p 0 N opo It
N M N
0) Q) N N Cpl N N co
Q Q Q Q Q Q
U) LO � It 'IT M M co M CO N N N N N N IT d I
0) 0 Cm M 00 U') 0) M M r` 0) Ln o CO O N M p 00 LL) M O p
0 LO LO O (D C: , M 1- C) C: ti p co o (M O) 00 It r- 00 ti �t O
O CO r- W ti N 00 N I- M O N (D T N N CO N N O LO I- N Lo ti O
J J J J J J
Cn Cf) Cf) > U) U) (j) 0- �—
W W W N N N N N o O 0- M W d W 0 J N d (n N (n co
QQ Q LU> > z co M co M >M N 6M) } p p N
O M O Q Q O O > � � � = O > N N N N N N H_ O M CO N O CO M O
Q H O) 00 M (n (n (n (n F- (n (n (n (n (n w (n (n U M (n (!1 (n (n
Jcocn
ap } N r O O
N U (n (n (n CO N CO LO CO O O J J J J J I-- J
W W W W d 5- d W (n ++ Cn W ++ (n (n
_ E U Q Q Q > CYp E >c(i c(i M M (n E O O N O O CA O W M E N M M E p E
O O Q M p Q M O » > N O N N N N N N N O M co y O M M O
N ;F lL W O LL (n (n (n (n Li (n (n co (n Cn (n UJ U) fn Li (n Cn LL (n Cn w
J cn ch O O
d E W U.
Gw (n Uj Cn E cn W W fn W W
Li I- F- F- H H 0 0 0 U) o
> > d > >
(n (n (n (n (n 3 wOfw w (n (n (n (n (n (n (n (nU) oo a OO
d N N N N N CN y �' I— H > U) �' W W W W W W W W W s N N t .� N N +
CL t r )- Q d > > > > > > > > > o T � � o (D � � a)
a N i M M M M M L O O O > Q Q Q Q Q Q Q Q Q N i > > N > > LL
m rin U) U), ;, in = _ _ � a (n Win as M ycn
m ") 0 0 0 0 0 D o o O � vi 0 0 0 0 0 0 0 0 0 > o o > ^Z Ln [C,-:, .0
> (n o rn 00 p 2 ao rn o p � m o ti p LO "- M N d D rn ao d
O az � Z. UZ oz WZi �- Zi
w C'1 W O W O W C'1 W 0 w (1
❑.
J (n J (n J (n J (n J (n J Cl)
Q = 0 0 0 0 0 0 0 0 0 = 0 0 0 0 0 0 0 0 0 = O O O O 0
00 W +� W o O W ` O p W
Gl = (n CO) M M M MRU
(n l() Ln Ln r = (n .- _U U U U Vy 0 0 y 0 0 0 N O
F-
CD C7 CD (D
U U U U U U U U U U U U U U U a C) U U U U U U U U CL U U U U
w w
C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 C7 l7 C7 C7 �^ C7 C7 C� C7 U' U' C7 C� C7 �+ C� C� UI C�
U U U U U U U U U U U U U U U U U U U U U U U U U U U U
> > > > > > > > > > > > > > > O, > > > > > > > > > 0 > > > >
w w
a) ai
N N N N N N N N N N N N N N N c In LSA Ln U') LLQ LL7 Lo IL") U') C LC) 0 0 In
J co
f� M O O r r r O N Co I�- f�
CD Ot\ l0 m r CO O M 1` CD co O co } r Co CD
LD m M 00 O N M O N Lf) "IM O r O
Lf'L LLn O 0) M 00 lD Ln I, N N N N Ln N M r M N Co ll0)Ln NO Ln ri N M � It 0 N -1 Cr r Co co �
1� N l0 dl m M Q1 r 1 lD LT Q) a)
Q Q
� L
O O 1, N N M O M O LO LD Ln 1.0 LD Ln p Co Co O (o Co Co cc CD Co 6 CD co O O
N N N N N c-I rl rl N N N N N N N Co O Co (o Co Co Co Co Co ` Lf) L[) Co CO
O O M Ln M O It O m O O LD Ln f1 rl 0 I OU') Co N N O M cm O m Cfl O
Ct r,, N Ln � � O N lD W N r-1 O LD C: r w O � 't N O Ln � co
O O N co
M M M N N � � � LD Ln N M Ln ci J M N M M r-- M U) r U) J N r Ln 1`
N Mt � � a wwwwcncn � cn � � � cncn �
m M M > In N > > > > W W Cn W Cn J J W W U)
m In J m M W w >j z z z �- w = Q Q Q Q > > J > J d Q > > J
Ln Ln Ln Ln Ln Ln Ln Ln Ln U a o It M N r Q Q d Q p o o Q Q �-
Ln U N (n Ln U U U U U U U U n � O r r r O M CD CD F- r f� CO M
> M
O
� � � Ln � � � � � V) > U) � U) U) U) � �
N Ln M M N Lif Ln Ln Ln r- Q W W W W W U) � U) J U) U)
M M m m M In > > > > > W W U) W d J J W W
Z M > M M > > J J > > M M {- _ Q Q Q Q Q > > J > a n > >
In Q � �? Q Q a a Q Q 2 2 0 U L~ o Ln L,) N r Q Q a- Q = o r o Q Q
U Ln m Ln Ln LD l0 Ln Ln M m L/) N w I� LL r r r r r O Do 0 CO LL r r 1` O
O
w O
LL w
F- H F- -j H !- H F- F- F- F- F- F- F- LL F- F- F-
Ln Ln U U U a Ln Ln cn w w w w () CO U) u) W H v) U) u) C/)
N r-1 N M -1 3: 3: r, r, (0 to co 0 Ion Lon Inc) IOC) c O O� 0 O
N N m N V) CO M m m In m m m v N N N N
J J m J J rn M m MF- M J M M a) M M M M M M M M M 2 0 M M M M
N N to Ln Ln Ln Ln N Ln M Ln I� Ln Ln d ch U) U) U) U) U) U) U) U) U) U) M U) U) U) U) U)
0 0 0 0 0 O o 0 0 o 0 Ln O Ln r, c O O o 0 0 0 0 0 o g S . 0 0
O Hc I M N H rl e i r I c-f rl N O V) CO N r O O .0 1- CD Ln � LIQ 'T M N
Q z ZI
J U d
O o 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 O O o O O O O
N N w N LD CO Ln N � a-1 a 1 a � � d � 't � L- f- I- I-
�-i rl O N N O m O O r1 m N m N N W ti ti ti ti ti ti f� 1� W � 't
M M Cf M d = Cn V d d = U) M M M M
C14 C:
N U)i 0 c00