Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-080 - TONY LIND PAVING, LLC RETURN TO: PW ADMIN EXT: 2700 ID#: 4136
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIY: PUBLIC WORKS/Capltal Enlneenn Division mm �mm � ww
2. ORIGINATING STAFF PERSON:Jeff HUynh EXT: 2721mmmmmmmmmmmmmmmmmmm 3. DATE REQ.B):,
3. TYPE OF DOCUMENT(CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT © SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
m CONTRACT AMENDMENT(AG#):20-OHO ❑ INTERLOCAL
❑ OTHER ..-
4. PROJECT NAME.:2020-2021_wNeuc hmborhood Traffic Safety (NTS) Project www
s. NAME of CONTRACTOR:Pac West Paving DBA Tony Lind Paving, LLC
ADDRESS: 23048 1?2nd Ave aE.Ken.L WA 98042 "I"ImI,i;p"IION . -6 0- 612
�— In .._C
-.-
SIGNATURE m TCD ,,, -in, ......... ... ...mT TLE Pre....s..,
ident
6. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/311 UBI#m EXP. / /
7. TERM: COMMENCEMENT DATE'.N,TP,Date COMPLETION DATE:, 12/31/2022
8. TOTAL COMPENSATION:$120 OOO.00 $q 000+$60,000) (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT:
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT:„ _,_ o RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: 101-4300-230-543-10-480
9. DOCUMENT/CONTRACT REVIEW INITIAL
/DATE REVIEWED...... INITIAL/DATE APPROVED
6 PROJECT MANAGER
JH/ 8/10/202 .... ..... ^.2
❑ DIVISION MANAGER
❑ DEPUTY DIRECTOR DSW 8/i0f22
❑ DIRECTOR EJW allaf2022
❑ RISK MANAGEMENT (IF APPLICABLE)
I LAW DEPT KVA 8/1 712 0 2 2
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE° COMMITTEE APPROVAL DATE: February 7,2022
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: February15,2022
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE 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„/,DA,T,ES„IGN,E,D..,,,, m_,-.,,
❑ FINANCE DEPARTMENT
IJ A��
a S9h:d'Jr�¢I�uRI °(ME
OR DIRI C rOR)
J.Y
❑ ASSIGNED AG# AG# _
❑ SIGNED COPY RETURNED DATE SENT:
.. .mm. .... ....
COMMENTS:
FXFCI,JTF" ORIGfNA.[,5 ...........
This change order is to increase the contract for the approved annual budgeted amount Contract to to re-bid next year(every other year bid)
1/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
2020-2021 NTS 03 7/25/2022
PROGRAM AG#20-080 _
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PAC WEST PAVING DBA TONY
2020-2021 NTS PROGRAM LIND PAVING
PROJECT TITLE ..
CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order#3 provides to increase the current contract amount by$60,000.00 to a total of$120,000.00
and adjust contract unit bid prices by 5.9% based on the Puget Sound Consumer Index(CPI).
The time provided for completion in the Contract is
® Unchanged
❑ Increased by_Working Day(s)
❑ Decreased by_Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes 0 No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONSTO UNIT PRICES:.
PREVIOUS REVISED
ITEM NO. ITEM CITY UNIT PRICE UNIT PRICE ADD OR
DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM CITY UNIT PRICE ADD OR DELETE
E$ r0+...
T T INCREAS 000 00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 60000.001
PREVIOUS CHANGE ORDERS $ 000
THIS CHANGE ORDER $ 60-00Q 00
NEW CONTRACT AMOUNT $120,000 00
CHANGE ORDER AGREEMENT 1 Rev. /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 O der except as specifically described in this Change Order.
CONTRA R'S SIGNATURE DATE
I IVb-9W6R KS DIRECTOR DATE
CHANGE ORDER AGREEMENT Rev. /19
Client#: 189338 PACPAVI
DATE(MM/DDIYYYY)
ACORD. CERTIFICATE OF LIABILITY INSURANCE 8/22/2022
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Jamie Lee Cabrera
NAME:
A/C
Propel Insurance ADDRESS, 1^ p ���-�°�) 326
P 800 499 0933 866 577
1201 Pacific Avenue; Suite 1000 E�kDR amielee Cabrera ropelinsurance.com
COM Middle Market INSURER(S)AFFORDING COVERAGE NAIC#
Tacoma,WA 98402-4321 .............. ...... ..
INSURER A:Middlesex Insurance Company 23434
INSURED .INSURER B
Pac West Paving LLC DBA IN SURER C
Tony Lind Paving � ,�...... _ _._ __ .. � .
INSURER D:
2515 South Hood Street �' "" —
INSURER E
Tacoma,WA 98402-1223 INSURER F.................................... ,..,,..__
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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.
I fS'R -- 466LSUf3R POLICY_&F r POLICYEJUf .... ...... ...... --
TYPE OF INSURANCE LIMITS
INSR WND .., POLICY NUMBER _._[M W Yh/YY) (MMfA7�D/YYyY),....... _
A X COMMERCIAL GENERAL LIABILITY X X A0196080004 6/24/2022 06/2412023 EACH
OCCURRENCE $_1,000m000
._.�CLAIMS-MADE ®OCCUR _PIMVm�aLE$�IaNccurri„ co-rJ� $500L000 ..m..
X PD Ded:1,000 MED ExP(Any one parson) s 1 Or000
...
PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE
$.2,000,00
_ 0
NERAL AGGREGATE $3,000 OO
� PI�O- �LOC 9 POLICY X ..GEC'&"
OTHER: $
A AUTOMOBILE LIABILITY X X A0196080001 6/24/2022 06/24/202 3 COMBINED SINGLE LIMIT 1 000,000
IFa xccbdo) .............................. —.$...._+ „
+ ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
AUTOS ONLY AUTOS
X
HIRED NON-OWNED PROPERTY DAMAGE -
�....AUTOS ONLY X AUTOS ONLY ,_(Pr grerrrt) $
rirl
$
JA
UMBREXCESS ABAB X OCCUR
CLAIMS-MADE X X A0196080005 6/24/2022 06/24/202 mEACH OCCURRENCE $5 000 000
. RETE ..AGGPERATE ... OTH f$SAOOO,OI),ll ....
A WORKERS
OMP N LIABILITY
AND ITY 1 OOOO YIN .......... , ,...� - _._— ........ ,,,,..,.,, m ���,.,__ ..DEDX
N.... ( 019608000 6/24/2022 06/241202 ._X sT �.z —�F
A.. § ,.t t.......
ANY PROPRIETORfPARTNERREX..ECUTIVE WA Stop
Gap) E L EACH ACCIDENT $1 OOO OOO
iOFFICEWMEMBERE%C;LUDI-D7 N/A
000
(Mandatory fn NH)
EA
LIMIT If yes,describe under E.L DISEASE-POLICY EMPLOYEE
IT $1 0 000,s
00
i DESCRIPTION OF OPERATIONS below 0
DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE: Neighborhood Traffic Safety(NTS)Program
City of Federal Way, its officers,officials,employees,volunteers and agents Additional Insured Status
applies per attached form(s).Waiver of Subrogation applies per attached form(s). Primary non-contributory
applies per attached form(s).
CERTIFICATE HOLDER CANCELLATION
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave S. ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S5394240/M5278968 SXC01
This page has been left blank intentionally,
COMMERCIAL GENERAL LIABILITY
CG 20 01 1219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARYO C NT" L O Y ®
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
The following is added to the Other Insurance (2)You have agreed in writing in a contract or
Condition and supersedes any provision to the agreement that this insurance would be
contrary: primary and would not seek contribution
Primary And Noncontributory Insurance from any other insurance available to the
This insurance is primary to and will not seek additional insured.
contribution from any other insurance available
to an additional insured under your policy
provided that:
(1) The additional insured is a Named Insured
under such other insurance; and
CG 20 01 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 1
A0196080 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N eb0122b8-lc70 1-a331-8b5O84d45372
POLICY NUMBER: A0196080004 COMMERCIAL GENERAL LIABILITY
CG24041219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF' IG TS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
SCHEDULE
Name Of Person(s)Or Organization(s):
Any person or organization to whom you are required to waive your right to recover by a written contract or
agreement executed prior to loss
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV-Conditions:
We waive any right of recovery against the person(s)
or organization(s) shown in the Schedule above
because of payments we make under this Coverage
Part. Such waiver by us applies only to the extent
that the insured has waived its right of recovery
against such person(s)or organization(s)prior to loss.
This endorsement applies only to the person(s) or
organization(s)shown in the Schedule above.
CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1
A0196080 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N 41973204-dfd3-4fbd-95ba-8e36ecOf52d8
COMMERCIAL GENERAL LIABILITY
CG 7125 06 22
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS BLANKET ADDITIONAL, INSUREDS,
PRIMARY & NON CONTRIBUTORY, WAIV O
SUBROGATION
This endorsement modifies the coverage provided under the following Coverage Form(s):
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Coverage enhancements are listed below. For details of each coverage, please read the corresponding policy
provisions in the body of this endorsement.
1. Additional Insureds -Automatic Status for 13 Additional I ...
nsured Types
A. Owners, Lessees Or Contractors-Automatic Status When Required In A Written Construction
Agreement With You
B. Owners, Lessees Or Contractors-Automatic Status When Required In Written Construction
Agreement With You (Completed Operations)
C. State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations
D. Lessor of Leased Equipment
E. Owners or Other Interests From Whom Land Has Been Leased
F. Manager or Lessor of Premise
G. Mortgagee, Assignee, or Receiver
H. Controlling Interest
I. Co-owner Of Insured Premises
J. Executors,Administrators, Trustees Or Beneficiaries
K. State Or Governmental Agency Or Subdivision Or Political Subdivision- Permits Or Authorizations
Relating To Premises
L. Vendors
M. Grantor of Franchise
2. Primary and Noncontributory-Other Insurance Condition
3. Waiver Of Transfer Of Rights Of Recovery Against Others To Us (Waiver Of Subrogation)-
Automatic
With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
1. Additional Insureds - Automatic Status for 13 A. Owners, Lessees Or Contractors -
Additional Insured Types Automatic Status When Required In A
Section II - Who Is An Insured is amended to Written Construction Agreement With You
include the following as additional insureds when 1) A person or organization with respect to
you have agreed to add that person or liability for "bodily injury", "property
organization as an Additional Insured on your damage" or "personal and advertising
policy in a written contract or written agreement injury"caused, in whole or in part, by:
with that person or organization, or because of a a. Your acts or omissions; or
permit issued by a state or political subdivision; b. The acts or omissions of those acting
provided the injury or damage occurs subsequent on your behalf;
to the execution of the contract or agreement or
issuance of the permit and while the contract, in the performance of your ongoing
agreement or permit remains in effect. operations for the additional insured.
CG 71 25 06 22 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 5
A0196080 with its permission. 06/28/2022
Middlesex Insurance Company
1 00003 0000000000 22179 0 N eb7f9841-3889-46bf-8b8b-c7b11859052
A person's or organization's status as an B. Owners, Lessees Or Contractors -
additional insured under this endorsement Automatic Status When Required In Written
ends when your operations for that Construction Agreement With You
additional insured are completed. (Completed Operations)
2) With respect to the insurance afforded to 1) Any person(s) or organization(s) with
these additional insureds, the following respect to liability for "bodily injury" or
additional exclusions apply: "property damage" caused, in whole-or in
This insurance does not apply to: part, by "your work" performed for that
insure anda. "Bodily injury", "property damage" or proldtional ucts-competed operationsdhazard'in e
personal and advertising injury arising but only when that portion of the
out of the rendering of, or the failure to "products-completed operations hazard"is
render, any professional architectural, not excluded by endorsement.
engineering or surveying services,
including: 2) With respect to the insurance afforded to
1. The preparing, approving, or failing these additional insureds, the following
to prepare or approve, maps, shop additional exclusion applies:
drawings, opinions, reports, This insurance does not apply to:
surveys, field orders, change orders "Bodily injury" or "property damage"
or drawings and specifications; or arising out of the rendering of, or the failure
2. Supervisory, inspection, to render, any professional architectural,
architectural or engineering engineering or surveying services,
activities. including:
This exclusion applies even if the claims a. The preparing, approving, or failing to
against any insured allege negligence or prepare or approve, maps, shop
other wrongdoing in the supervision, drawings, opinions, reports, surveys,
hiring, employment, training or field orders, change orders or drawings
monitoring of others by that insured, if and specifications; or
the "occurrence" which caused the b. Supervisory, inspection, architectural or
"bodily injury" or"property damage", or engineering activities.
the offense which caused the"personal This exclusion applies even if the claims
and advertising injury", involved the against any insured allege negligence or
rendering of or the failure to render any other wrongdoing in the supervision, hiring,
professional architectural, engineering
employment, training or monitoring of
or surveying services. others by that insured, if the "occurrence"
b. "Bodily injury" or "property damage" which caused the "bodily injury" or
occurring after: "property damage" involved the rendering
1. All work, including materials, parts of or the failure to render any professional
or equipment furnished in architectural, engineering or surveying
connection with such work, on the services.
project (other than service, C. State or Governmental Agency or
maintenance or repairs) to be Subdivision or Political Subdivision -
performed by or on behalf of the Permits or Authorizations
additional insured(s) at the location Any state or governmental agency or
of the covered operations has been subdivision or political subdivision, subject to
completed; or
the following provisions:
2. That portion of "your work" out of 1) This insurance applies only with respect to
which the injury or damage arises operations performed by you or on your
has been put to its intended use by behalf for which the state or governmental
any person or organization other agency or subdivision or political
than another contractor or subdivision has issued a permit or
subcontractor engaged in
performing operations for a principal authorization.
as a part of the same project. 2) This insurance does not apply to:
Page 2 of 5 Includes copyrighted material of Insurance Services Office, Inc., CG 71 25 06 22
A0196080 with its permission. 06/28/2022
Middlesex Insurance Company
a. "Bodily injury", "property damage" or F. Manager or Lessor of Premise
"personal and advertising injury" arising Any person(s) or organization(s) with respect
out of operations performed for the to liability for "bodily injury", "property
federal government, state or damage" or "personal and advertising injury"
municipality; or caused, in whole or in part, by you or those
b. "Bodily injury" or "property damage" acting on your behalf in connection with the
included within the ownership, maintenance or use of that part of
"products-completed operations the premises leased to you by the additional
hazard". insured person(s)or organization(s), subject to
D. Lessor of Leased Equipment the following additional exclusions:
1) Any person(s) or organization(s) with This insurance does not apply to:
respect to -liability for "bodily injury", 1) Any "occurrence" which takes place after
"property damage" or "personal and you cease to be a tenant in that premises.
advertising injury" caused, in whole or in 2) Structural alterations, new construction or
part, by your maintenance, operation or demolition operations performed by or on
use of equipment leased to you by such behalf of the person(s) or organization(s)
person(s)or organization(s). shown in the Schedule.
2) With respect to the insurance afforded to G. Mortgagee,Assignee, or Receiver
these additional insureds, this insurance
does not apply to any "occurrence" which Any person(s) or organization(s) with respect
takes place after the equipment lease to their liability as mortgagee, assignee or
expires. receiver and arising out of the ownership,
E. Owners or Other Interests From Whom maintenance or use of a premises by you.
Land Has Been Leased This insurance does not apply to structural
alterations, new construction and demolition
1) Any person(s) or organization(s) with operations performed by or for such additional
respect to liability for "bodily injury", insured person(s)or organization(s).
"property damage" or "personal and
advertising injury" caused, in whole or in H. Controlling Interest
part, by you or those acting on your behalf 1) Any person(s) or organization(s) with
in connection with the ownership, respect to their liability arising out of:
maintenance or use of that part of the land a. Their financial control of you; or
leased to you by the additional insured
person(s)or organization(s). b. Premises they own, maintain or control
2) With respect to the insurance afforded to while you lease or occupy these
these additional insureds, the following premises.
additional exclusions apply: 2) This insurance does not apply to structural
This insurance does not apply to: alterations, new construction and
demolition operations performed by or for
a. Any "occurrence" which takes place that person or organization.
after you cease to lease that land; I. Co-owner Of Insured Premises
b. Structural alterations, new construction Any person(s) or organization(s) with respect
or demolition operations performed by to their liability as co-owner of a premises
or on behalf of the additional insured co-owned by you and covered under this
person(s)or organization(s). insurance.
J. Executors, Administrators, Trustees Or
Beneficiaries
Any executor, administrator, trustee or
beneficiary of your estate or living trust while
acting within the scope of their duties as such.
CG 7125 06 22 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 5
A0196080 with its permission. 06/28/2022
Middlesex Insurance Company
3 00003 0000000000 22179 0 N eb7f9841-3889-46bf-8b8b-c7b11859052
K. State Or Governmental Agency Or 1) "Bodily injury" or "property damage" for
Subdivision Or Political Subdivision - which the vendor is obligated to pay
Permits Or Authorizations Relating To damages by reason of the assumption of
Premises liability in a contract or agreement. This
Any state or governmental agency or exclusion does not apply to liability for
subdivision or political subdivision, subject to damages that the vendor would have in the
the following additional provision: absence of the contract or agreement;
This insurance applies only with respect to the 2) Any express warranty unauthorized by you;
following hazards for which the state or 3) Any physical or chemical change in the
governmental agency or subdivision or product made intentionally by the vendor;
political subdivision has issued a permit or 4) Repackaging, except when unpacked
authorization in connection with premises you solely for the purpose of inspection,
own, rent or control and to which this demonstration, testing, or the substitution
insurance applies: of parts under instructions from the
1) The existence, maintenance, repair, manufacturer, and then repackaged in the
construction, erection or removal of original container;
advertising signs, awnings, canopies, cellar 5) Any failure to make such inspections,
entrances, coal holes, driveways, adjustments, tests or servicing as the
manholes, marquees, hoist away openings, vendor has agreed to make or normally
sidewalk vaults, street banners or undertakes to make in the usual course of
decorations and similar exposures; or business, in connection with the
2) The construction, erection or removal of distribution or sale of the products;
elevators; or 6) Demonstration, installation, servicing or
3) The ownership, maintenance or use of any repair operations, except such operations
elevators covered by this insurance. performed at the vendor's premises in
L. Vendors connection with the sale of the product;
1) Any person(s)or organization(s)(referred to 7) Products which, after distribution or sale
throughout this endorsement as vendor), by you, have been labeled or relabeled or
but only with respect to liability for "bodily used as a container, part or ingredient of
injury" or "property damage" arising out of any other thing or substance by or for the
"your products" which are distributed or vendor; or
sold in the regular course of the vendor's 8) "Bodily injury" or "property damage"
business. arising out of the sole negligence of the
However: vendor for its own acts or omissions or
those of its employees or anyone else
a. The insurance afforded to such vendor acting on its behalf. However, this
only applies to the extent permitted by exclusion does not apply to:
law; and
a provided to the vendor is (1) The exceptions contained in
b. If coverage P Subparagraphs d.or f.;or
required by a contract or agreement,
the insurance afforded to such vendor
will not be broader than that which you
are required by the contract or
agreement to provide for such vendor.
2) With respect to the insurance afforded to
these vendors, the following additional
exclusions apply:
a. The insurance afforded the vendor
does not apply to:
Pa e 4 of 5 Includes copyrighted material of Insurance Services Office, Inc., CG 71 25 06 22
A01 60 0 with its permission. 06/28/2022
Middlesex Insurance Company
(2) Such inspections, adjustments, tests or This endorsement shall not increase the
servicing as the vendor has agreed to applicable limits of insurance.
make or normally undertakes to make in If there is any difference in coverage afforded
the usual course of business, in to an additional insured in this endorsement
connection with the distribution or sale and that provided under another additional
of the products. insured endorsement attached to this policy,
b. This insurance does not apply to any the broader coverage will apply to that
insured person or organization, from whom additional insured.
you have acquired such products, or any 2. Primary And Noncontributory Insurance
ingredient, part or container, entering into,
accompanying or containing such The following is added to the Other Insurance
products. Condition and supersedes any provision to the
M. Grantor of Franchise contrary:
This insurance is primary to and will not seek
Any person(s) or organization(s) with respect contribution from any other insurance available to
to their liability as grantor of a franchise to you. an additional insured under your policy provided
However: that:
1.The insurance afforded to such additional (1)The additional insured is a Named Insured
insureds only applies to the extent permitted under such other insurance; and
by law; and (2)You have agreed in writing in a contract or
2. If coverage provided to the additional insured is agreement that this insurance would be
required by a contract or agreement, the primary and would not seek contribution from
insurance afforded to such additional insured any other insurance available to the additional
will not be broader than that which you are insured.
required by the contract or agreement to 3. Waiver Of Transfer Of Rights Of Recovery
provide for such additional insured. Against Others To Us(Waiver Of Subrogation) -
With respect to the insurance afforded to Automatic
these additional insureds, the following is The following is added to Paragraph 8. Transfer
added to Section III -Limits Of Insurance: Of Rights Of Recovery Against Others To Us of
If coverage provided to the additional insured Section IV-Conditions:
is required by a contract or agreement, the We waive any right of recovery against any
most we will pay on behalf of the additional person or organization, because of any payment
insured is the amount of insurance: we make under this Coverage Part, to whom the
1. Required by the contract or agreement; or insured has waived its right of recovery in a
2. Available under the applicable limits of written contract or agreement. Such waiver by us
insurance; applies only to the extent that the insured has
waived its right of recovery against such person
whichever is less. or organization prior to loss.
CG 7125 06 22 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 5
A0196080 with its permission. 06/28/2022
Middlesex Insurance Company
5 00003 0000000000 22179 0 N eb7f9841-3889-46bf-8b8bc7b118594f52
POLICY NUMBER: A0196080004 COMMERCIAL GENERAL LIABILITY
CG 2010 12 19
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS SCHEDULED PERSON O
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location(s) Of Covered Operations
Any person or organization you are required to add as Jobsites as described in written contracts with the
P 9 Y q e
an named insured
additional insured under a written contract or written Description:
agreement in effect prior to any loss or damage All Operations with written contract with the named
insured
Information required to complete this Schedule, if not sh
own above will be shown in the Declarations.
A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following additional
organization(s) shown in the Schedule, but only exclusions apply:
with respect to liability for "bodily injury", This insurance does not apply to "bodily injury" or
"property damage" or "personal and advertising "property damage" occurring after:
injury" caused, in whole or in part, by:
1. All work, including materials, parts or
1. Your acts or omissions; or equipment furnished in connection with such
2. The acts or omissions of those acting on your work, on the project (other than service,
behalf; maintenance or repairs)to be performed by or
in the performance of your ongoing operations for on behalf of the additional insured(s) at the
the additional insured(s) at the location(s) location of the covered operations has been
designated above. completed; or
However: 2. That portion of "your work" out of which the
injury or damage arises has been put to its
1. The insurance afforded to such additional intended use by any person or organization
insured only applies to the extent permitted by other than another contractor or
law; and subcontractor engaged in performing
2. If coverage provided to the additional insured operations for a principal as a part of the same
is required by a contract or agreement, the project.
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG 20 10 12 19 ©Insurance Services Office, Inc., 2018 Page 1 of 2
A0196080 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N 62fbaf3f-3267-48c4-8df8-c3326892ccec
C. With respect to the insurance afforded to these 2. Available under the applicable limits of
additional insureds, the following is added to insurance;
Section III-Limits Of Insurance: whichever is less.
If coverage provided to the additional insured is This endorsement shall not increase the
required by a contract or agreement, the most we applicable limits of insurance.
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
Pa
e 2 of 2 ©Insurance Services Office, Inc., 2018 CG 20 10 12 19
A0� 6080 06/28/2022
Middlesex Insurance Company
POLICY NUMBER: A0196080004 COMMERCIAL GENERAL LIABILITY
CG20371219
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED _ OWNERS, LESSEES O
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location And Descri tion Of Com leted O erations
m
Any person or organization you are required to add as Jobsites and Operations as described in written
an contracts with the named insured
additional insured under a written contract or written
agreement in effect prior to any loss or damage
Information required to complete this Schedule, if not shown above,will be shown in the Declarations.
A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following is added to
organization(s) shown in the Schedule, but only Section III-Limits Of Insurance:
with respect to liability for "bodily injury" or If coverage provided to the additional insured is
"property damage" caused, in whole or in part, by required by a contract or agreement,the most we
"your work" at the location designated and will pay on behalf of the additional insured is the
described in the Schedule of this endorsement amount of insurance:
performed for that additional insured and included
in the "products-completed operations hazard". 1. Required by the contract or agreement; or
However: 2. Available under the applicable limits of
1. The insurance afforded to such additional insurance;
insured only applies to the extent permitted by whichever is less.
law; and This endorsement shall not increase the
2. If coverage provided to the additional insured applicable limits of insurance.
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
CG 20 37 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1
A0196080 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N 1776ce3e-fd25-4744-bd19-87cb713a42a6
POLICY NUMBER: A0196080001 COMMERCIAL AUTO
CA04441013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFEROF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is
indicated below.
Named Insured: Pac West Paving LLC
Endorsement Effective Date: 06/24/2022
SCHEDULE
....... ..... ............... — ..... ..�
Name(s)Of Person(s) Or Organization(s):
Any person or organization from whom you are required to
waive your right to recover under a written contract or
agreement in effect prior to any loss or damage
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived
prior to the "accident' or the 'loss" under a contract
with that person or organization.
CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
A0196080 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N c7c0e129-b4fc-4292-M-fdWe862e94
POLICY NUMBER: A0196080001 COMMERCIAL AUTO
CA 76 01 0615
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED - PRIMARY AND
NONCONTRIBUTORY - COVERED AUTOS
LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
AUTO DEALERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s)or organization(s)who are"insureds"for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is
indicated.
Named Insured: Pac West Paving LLC
Endorsement Effective Date: 06/24/2022
SCHEDULE
Name Of Person(s)Or Organization(s):
Any person or organization you are required to add as an
additional insured under a written contract or written
agreement in effect prior to any loss or damage
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Each person or organization shown in the B. Primary And Noncontributory Insurance
Schedule is an "insured" for Covered Autos This insurance is primary to and will not seek
Liability Coverage, but only to the extent that contribution from any other auto insurance issued
person or organization qualifies as an insured to the person or organization in the schedule
under the Who Is An Insured provision contained under your policy provided that:
in:
h A.1. of Section II - Covered Autos (1) The person or organization is a Named Insured
(1) Paragraph g p under such other insurance; and
Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms; or (2) Prior to the "accident' you have agreed in
D.2. of Section I - Covered Autos writing in a contract or agreement that this
(2) Paragraph insurance would be primary and would not
Coverages of the Auto Dealers Coverage seek contribution from any other insurance
Form. available to the person or organization.
CA 76 01 06 15 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
A0196080 with its permission. 06/28/2022
Middlesex Insurance Company
1 00001 0000000000 22179 0 N c7760294-ab67-451d-9230-7258b97a942
RETURN TO: PW ADMIN EXT: 2700 ID#: 4030
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS/Capital Engineering Division
2. ORIGINATING STAFF PERSON: Jeff HUynh EXT: 2721 3. DATE REQ. B1:
3. TYPE OF DOCUMENT(CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT 0 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
® CONTRACT AMENDMENT(AG#):24>080 ❑ INTERLOCAL
❑ OTHER
4. PROJECTN:I%IE;: 2020-2021 Neighborhood Traffic Safety (NTS) Project
5. NAME OF CONTRACTOR: Tony Lind Paving
ADDRESS: 23048 172nd Ave SE Kent_, WA 98042 TLLLPI ION E:253-630-7612
E-MAIL: TLP Ton lied avin .com FAX:
SIGNATURENAME: Tony Lind TITLE: President
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. 12/31/ UBI# ,EXP. / /
7. TERM: COMMENCEMENT DATE: NTP Date COMPLETION DATE: 12/31/2022
8. TOTAL COMPENSATION:$60,000.00 - no change (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT:
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: !3 RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
to PURCHASING: PLEASE CHARGE TO: 101-4300-230-543-10-480
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
6 PROJECT MANAGER JH/12/06/21
❑ DIVISION MANAGER
8 DEPUTY DIRECTOR DSW 12/6/21
6 DIRECTOR EJW 12/6/2021
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT 12/6/2021 MP
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 12/07/21 DATE REC'D:12/20/21
❑ 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
❑ LAW DEPT
6 SIGNATORY(MAYOR OR DIRECTOR) �lZI Lt
❑ CITY CLERK Z 2d 7a'I lu 0 y I nt. d,
❑ ASSIGNED AG# AG# Q�L� tI
❑ SIGNED COPY RETURNED DATE SENT: Q .0l:q,,f
COMMENTS:
EXECUTE" 1 "ORIGINALS
I/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
2020-2021 NTS
Program AG#20-080 2 1� 121 021
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2020-2021 NTS Program Tony Lind Paving, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order No.2 provides to amend contract completion date from December 31,2021 to December 31,
2022.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by one (1)year.
❑ 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: JINCREASE$ DECREASE$
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $60.000.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ 0.00
NEW CONTRACT AMOUNT $60,000.00
STATEMENT:
CHANGE ORDER AGREEMENT 1 Rev. 8/19
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 specifically described in this Change Order.
CONTRACTOR'S NATUR- DATE
PUBLIC WO KS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
Client#: 189338 PACPAVI
DATE(MMIDD/YYYY)
ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 12/14/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT Nicole Anderson
NAME: _
Propel Insurance
;C No,Esl;:800 499-0933 w Npl_ 866 877-1326
Commercial Insurance ADD R=SS. nicole.anderson@propelinsurance.com
1201 Pacific Ave,Ste 1000 INSURER(S)AFFORDING COVERAGE NAIC#
Tacoma,WA 98402 INSURER A:Ohio Security Insurance Company 24082
INSURED — — — INSURER B:
Pac West Paving LLC DBA
INSURER C
Tony Lind Paving - -
INSURER D
2515 South Hood Street
Tacoma,WA 98402-1223 INSURER E - -
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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.
ADDLISUSR POLICY EFF POLICY EXP
LTF TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDD/YYYY)L(MM/DD/YYYY) LIMITS
A XI COMMERCIAL GENERAL LIABILITY BKS63408711 1612412021 0612412022 EACH OCCURRENCE $1,000,000
DAMAGE TO RENTED
- X OCCUR PREMISES Ea occurrence $300,000
X PD Ded:1,000 MED EXP(Any one person) $10.000--
PERSONAL&ADV INJURY $1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2.000,000
�-1 PRO-
POLICY I X JECT I LOC PRODUCTS-COMP/OP AGG $2,000,000
OTHER: $
A AUTOMOBILE LIABILITY BAS63408711 6/24/2021 06/24/202 ^Bra °slNr,�E LIMIT 1 000,000
_ _(���,-��Aenl $ r --
I X ANY AUTO
BODILY INJURY(Per person) $
OWNED SCHEDULED BODILY INJURY(Per accident) $
_ AUTOS ONLY I AUTOS $
HIRED NON-OWNED PROPERTY DAMAGE
X AUTOS ONLY X AUTOS ONLY Per accident
$
A X UMBRELLA LIAB X OCCUR II US063408711 06/24/2021106/24/2022 EACH OCCURRENCE $5 000 000
EXCESS LIAB rl CLAIMS-MADE 1 AGGREGATE $5 000 000
DFD X I RF7 IF V f)"W 10,000 $
A WORKERS COMPENSATION BKS63408711 6/24/2021 06/24/202 PTnr FOTTH-
AND EMPLOYERS'LIABILITY
ANY PROPPIETOR r'�RTNER/EXECUTIVE Y/-1 WA STOP GAP E.L-.EACH ACCIDENT $1 000.000
.(FICf-WMEN1P�R:?r:LUDED? � NIA ------...... ....
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE: 2020-2021 Neighborhood Traffic Safety(NTS)Program
City of Federal Way, its officers,officials,employees,volunteers and agents Additional Insured Status
applies per attached form(s).Waiver of Subrogation applies per attached form(s). Primary non-contributory
applies per attached form(s).
s
CERTIFICATE HOLDER CANCELLATION
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave S. ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
11QAQ7R4dQ1UAAQr+RQR riI
11/18/21, 10:13 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
TONY LIND PAVING LLC
UBI Number:
602 813 830
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
23048172ND AVE SE, KENT,WA, 98042-4713, UNITED STATES
Principal Office Mailing Address:
23048172ND AVE SE, KENT,WA, 98042-4713,UNITED STATES
Expiration Date:
03/31/2022
Jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
03/16/2008
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
JEFF BOYER
Street Address:
23048 172ND AVE SE,KENT,WA, 98042-4713,UNITED STATES
Mailing Address:
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL ANTHONY LIND
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1
11/18/21, 10:14 AM Washington State Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name: TONY LIND PAVING LLC
Business TONY LIND PAVING
name:
Entity type: Limited Liability Company
UBI #: 602-813-830
Business ID: 001
Location ID: 0001
Location: Active
Location address: 23048 172ND AVE SE
KENT WA 98042-4713
Mailing address: 23048 172ND AVE SE
KENT WA 98042-4713
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 2
Endorsements Filter
Endorsements held a License # Count De 's Status Expiratioi First issua
hftps://secure.dor.wa.gov/gteunauth/_/#4 114
11118/21, 10:14 AM Washington State Department of Revenue
Endorsements held a License# Count Details Status Expiratioi First issua
Black Diamond BUS17-00 r:_Ve Mar-31-2 Mar-20-2
General Business -
Non-Resident
Bremerton General 34147 Active Dec-31-2i Aug-10-2
Business - Non-
Resident
Burien General 09747 Active Mar-31-2 Jul-18-20
Business - Non-
Resident
Covington General Active Mar-31-2 Jul-01-20,
Business - Non-
Resident
Enumclaw General CUST000( Active Mar-31-2 Feb-20-2(
Business - Non-
Resident
Federal Way 09-10153 Active Mar-31-2 Apr-30-2(
General Business -
Non-Resident
Issaquah General Active Mar-31-2 Aug-15-2
Business - Non-
Resident
Lacey General 28978 Active Mar-31-2 Mar-14-2
Business - Non-
Resident
Maple Valley Active Mar-31-2 Aug-20-2
General Business -
Non-Resident
https://secure.dor.wa.gov/gteunauth/_/#4 2/4
11/18/21, 10:14 AM Washington State Department of Revenue
Endorsements held a License # Count Details Status Expiratioi First issua
Mercer Island 100028 Active Mar-31-2 Oct-09-2(
General Business -
Non-Resident
Newcastle General Active Mar-31-2 Feb-28-2(
Business - Non-
Resident
Olympia General 33113 Active Mar-31-2 Mar-14-2
Business - Non-
Resident
Pacific General 4618 Active Dec-31-21 Oct-27-2(
Business - Non-
Resident
Redmond General RED1S-00 Active Dec-31-21 Feb-18-2(
Business - Non-
Resident
Sammamish Active Mar-31-2 Jun-2S-2C
General Business -
Non-Resident
Governing People May include governing people not registered with Secretary of State
Governing people Title
LIND, ANTHONY
Registered Trade Names
Registered trade names Status First issued
TONY LIND PAVING Active Mar-26-2008
https:Hsecure.dor.wa.gov/gteunauth/_/#4 3/4
11/18/21, 10:14 AM Washington State Department of Revenue
The Business Lookup information is updated
nightly. Search date and time: 11/18/2021 10:14:13
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps://secure.dor.wa.gov/gteunauth/—/#4 4/4
TURN TO: PW ADMIN EXT: 2700 ID#: 3936
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIv: PUBLIC WORKS/Capital Engineering Division
2. ORIGINATING STAFF PERSON:Jeff HUynh EXT: 2721 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT
• GOODS AND SERVICE AGREEMENT HUMAN SERVICES/CDG
❑ REAL ESTATE DOCUMENT SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE 0 RESOLUTION
® CONTRACT AMENDMENT(AG#):20-030 ❑ INTERLOCAL
• OTHER
mm� � io Seek ITS) Project
4. PROJECT NAME: 2 del or oo Traffic_. w ,
5. NAME OF CONTRACTOR Tony Lind Paving
ADDRESS: 23043 172nd Ave SE Kent, ; 9 042 � TELEPHONE:2 -63 _-712 612...... ........
E-MAIL:TLP@Tonylind avin c rru
SIGNATURE hN.''Ap++1 Tony Lind TITLE. President
6. EXHIBITS AND ATTACHMENTS:m SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS 13 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 13 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP.12/31/ UBI# ,EXP.
7. TERM: COMMENCEMENT DATE:-.T.DATE:-N.T.P D ate COMPLETION DATE: 12/31/201
S. TOTAL COMPENSATION:$60 I000.00 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ .....................
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ __ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE
AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED
® PURCHASING: PLEASE CHARGE TO: 101-4300-230-543-10-480
9. DOCUMENT/CONTRACT REvIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
PROJECT MANAGER JH1 W25/21
DIVISION MANAGER
DEPUTY DIRECTOR EJW 6/25/2021
DIRECTOR w
DSW 6P29129
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT KVA 6/29/2021
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ....
❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICEN
SES,EXHIBITS
❑ CREATE ELECTRONIC REINDER/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./DA i F?S GNI:D
� _.._..m. ..........._.....—.m.m..m..m..m..m...............
❑ FINANCE DEPARTMENT
�S W DEPT
1I
CITY CLERK(MAYOR OR DIRECTOR) -
i ,
❑ ASSIGNED AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" "ORIGINALS
112020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
_230 _ AG#20-080 .. 1
PROJECT NUMBER _ AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
20202021 NTS Pro Tony Lind Paving, LLC
...T. gram _....__ _ __... .�.
PROJECT T-ITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order No. 1 provides for written consent of the assignment of the 2020-2021 NTS Program to Pac
West Paving, LLC, formerly known as Tony Lind Paving, LLC, and amendment of the agreement in
accordance with the same. All terms of the agreement shall continue in full force and effect and no further
assignment shall be made without additional written consent.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by_Working Day(s)
❑ Decreased by_Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No
............
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM GQTY 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: JINCREASE$ DECREASE$
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $00,000.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ 0.00
NEW CONTRACT AMOUNT $60,000.00
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, SIG TURE DATE
V
PUBLIC IS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
RETURN TO: PW ADMIN EXT: 2700 ID#: 3683 / 3750
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
. ORIGINATINGDEPT/DIv: PUBLICWORKS/CAPITAL ENGINEERING DIVISION
.. ORIGINATING STAFF PERSON:
NAVEEN CHANDRA EXT: 2729 3. DATE REQ.B3 . 5/19/20
�. TYPE OF DOCUMENT(CHECK ONE):
O CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT O SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT O MAINTENANCE AGREEMENT
O GOODS AND SERVICE AGREEMENT O HUMAN SERVICES/CDBG
O REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
O ORDINANCE O RESOLUTION
O CONTRACT AMENDMENT(AG#): O INTERLOCAL
❑ OTHER
G. PROJECT NAME: 2020-2021 NEIGHBORHOOD TRAFFIC SAFETY (NTS) PROJECT
NAME OF CONTRACTOR: TONY LIND PAVING_, LLC
ADDRESS: 23048 172ND AVENUE SE. KENT. WA 98042 TELEPHONE:253-630-7612
E-MAIL: I n lin i n , FAX: _
SIGNATURE NAME' O NY L I N D TITLE: QW WN E R
t. EXHIBITS AND ATTACHMENTS:O SCOPE,WORK OR SERVICES O COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHEF
REFERENCED EXHIBITS O PROOF OF AUTHORITY TO SIGN O REQUIRED LICENSES O PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#09-101535-0(' BL,EXP. 12/31/20 UBI#602 813 830 ,EXP.
'. TERM: COMMENCEMENT DATE: NTP Date COMPLETION DATE: 12/31/2021
i. TOTAL COMPENSATION:$60 000.00 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: S
IS SALES TAX OWED: ❑YES OO NO IF YES,$ PAID BY: O CONTRACTOR O CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
in PURCHASING: PLEASE CHARGE TO: 101-4300-230-543-10-480
I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
8 PROJECT MANAGER See original routing form NC 05/15/2020
8 DIVISION MANAGER See original routing form SLH 5/18/20
8 DEPUTY DIRECTOR See original routing form DSW 5/20/20
A DIRECTOR See original routing form ILK,
❑ RISK MANAGEMENT (IF APPLICABLE) See original routing form
8 LAW DEPT See original routing form ER 5/27/2020
O. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
fill in committee/council dates
1. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 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
AW DEPT ll:iol -7
S!(1NATOI0Y(MAYOR OR DIRECTOR)
CITY CLERK
❑ ASSIGNED AG# A
❑ SIGNED COPY RETURNED DATE SENT:
:OMMENTS:
?XECUTE° "ORIGINALS
Tease send as word doc and please do not change dates at bottom in footer.this is how law determines the most recent version of the template is being used.
1/2020
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS/CAPITAL ENGINEERING DIVISION
ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:ASAP
TYPE OF DOCUMENT(CHECK ONE):
CONTRACTOR SELECTION DOCUMENT(E.G.,RFB, RFP,OSMALL
❑ PUBLIC WORKS CONTRACT ORLIMITED 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
❑ CONTRACT AMENDMENT(AG#): ❑ INTERLOCAL
❑ OTHER
PROJECT NAME:2020-2021 NFI.GHBORI100D TRAFFIC SAFETY(NTS)PROJECT
NAME OF CONTRACTOR: "TPSD
ADDRESS: TELEPHONE:
E-MAIL: F.Ax:
SIGNATURE NAME: TITLE:
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. 12/31/_ UBI# ,EXP. / /T
TERM: COMMENCEMENT DATE: B.0 COMPLETION DATE: IZI3I� •
TOTAL COMPENSATION:$ I�j (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASECHARGETO:
DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
K#0
"'ECT MANAGER
MANAGER -� 'PI.1TY DIRE(-TOR
I DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE
fel'LAW DEPT �
0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITYFE`D-A]-E: COMMITTEE APPROVAL DAI'E:
SCHEDULED COUNCIL DAI'E: COUNCH.APPROVAL DACE:
1. CONTRACT SIGNATURE ROUTING
❑ SENTTO VENDOR/CONTRACTOR DATE SENT: DAI'E REC'D:
n ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIORTO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT'STAFF IF NECESSARY AND FEEL FRF.E TO SGTNOTIFICATION MORE TIIAN A MONTH IN ADVANCE lF COUNCIL APPROVAI,IS NEFDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
u LAW DEPT
❑ SIGNATORY(MAYOR OR DIRECTOR)
❑ CITY CLERK
❑ ASSIGNEDAG# AG#
❑ SIGNED COPY RETURNED DATE SENT:
❑RETURN ONE ORIGINAL
'OMMENTS:
.XECUTE ORIGINALS
/nnl R
SMALL
PUBLIC WORKS CONTRACT
FOR
2020-2021 Neighborhood Traffic Safety Program
This small public works contract ("Contract") is dated effective this day of
�200Dand is made by and between the City of Federal Way, a Washington municipal
corporation ("City" or "Owner"), and Tony Lind Paving, LLC, a Limited Liability Company
("Contractor").
A. The City desires to retain an independent contractor to furnish all labor and
materials necessary to perform work installation of traffic calming devices and other
discretionary work listed in Exhibit"A" at 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 the2020-2021
Neighborhood Traffic Safety Program project, 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 `B," Certificate(s) of
Insurance Form attached hereto as Exhibit "F," Performance/Payment Bond attached hereto as
Exhibit "G," Title VI Assurances attached hereto as Exhibit "H," Prevailing Wage Rates
attached as Exhibit "I," special provisions attached as Exhibit "J," 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 or before the
31st day of December, 2021. 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.
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
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 1 --
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.
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
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
2 -
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 within five (5) days of receipt by the Contractor of the
City's Notice to Proceed of this Contract and continue until the completion of the Work, which
shall be no later than on or before the 31st day of December, 2021 and the expiration of all
warranties contained in the Contract Documents ("Term").
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete
the Work, and is appropriately accredited and licensed by all applicable agencies and
governmental entities, including but not limited to being registered to do business in the City of
Federal Way by obtaining a City of Federal Way business registration. Contractor represents that
it has visited the site and is familiar with all of the plans and specifications in connection with the
completion of the Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all
Work which the City deems to have defects in workmanship and material discovered within one
(1) year after the City's final acceptance of the Work.
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
3 —
4. COMPENSATION
4.1 Tota] Compensation. In consideration of the Contractor performing the Work, the
City agrees to pay the Contractor an amount not to exceed Sixty Thousand and 00/100 Dollars
($60,000.00), throughout the term of this contract to be paid upon completion of each instance
per schedule outlined in Exhibit "A," which amount shall constitute full and complete payment
by the City.
4.2 Contractor Respgnsible for Taxes. The Contractor shall be solely responsible for
the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor
for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which
shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4.4 Method of Payment. 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:Naveen Chandra, P.E.
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003-6325
4.5 Retainafe. 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
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
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 4 -
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, unless 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`B," 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 H.
6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor
sick leave, vacation pay or any other benefit of employment, nor to pay any social security or
other tax which may arise as an incident of employment. The Contractor shall pay all income and
other taxes due. Industrial or any other insurance that is purchased for the benefit of the City,
regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall
not be deemed to convert this Agreement to an employment contract. It is recognized that
Contractor may or will be performing professional services during the Term for other parties;
provided, however, that such performance of other services shall not conflict with or interfere
with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts
of interest in favor of the City.
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 5 -
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:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
6 -
(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 terminated or reduced in limits except after thirty (30) days
prior written notice by certified mail, return receipt requested,to the City.
(3) Coverage shall be primary and non-contributory insurance as respects the City, its
officials, employees and volunteers. Any insurance or self-insurance maintained by the
City, its officials, employees or volunteers shall be in excess of Contractor's insurance.
(4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
(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.
9.5 Deductibles and Self Insured Retentions. Any deductibles or self-insured
retentions must be disclosed by Contractor and approved in writing by the City. At the option of
the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or
procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of
such deductibles or self-insured retentions.
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 7 -
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/Payment Bond in favor
of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this
reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of
the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of
this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors
and material persons. Contractor's obligations under this Contract shall not be limited to the
dollar amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this
Contract is 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
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
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
8 -
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 "I" 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 Exeiiil)tions 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 Requirements. 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 Disputes. In the event any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be resolved by the City and the
Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor
and Industries of the State of Washington and the decision therein shall be final and conclusive
and binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, 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.
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
9
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the Contractor,
shall, at its own expense, clean up and remove all refuse and unused materials of any kind
resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the
City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof
shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from
any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier number;
is not disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section
in each of its first tier subcontracts, and shall require each of its subcontractors to include the
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 10 -
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.
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.
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 11 -
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 Goverciing 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 Autliority. 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 C"oanpliatice with EthicsCode. 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 2020
2020-2021 Neighborhood Traffic Safety Program
- 12 -
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
'
Ferrell,Mayor
13325 8th Avenue South
Federal Way, WA 98003-6325
APPROVED AS TO FORM: ATTEST:
NXJS �k� &44�r
J. Ryan Call, City Attorney pl anie Courtney, CMC .ity Clerk
TONY LIND PAVING C
By:
Its: Owner
f
23048 172nd Avenue SE
Kent, WA 98042
STATE OF WASHINGTON )
) ss.
COUNTY OF K1,,0 )
J
On this day personally appeared before me Tony Lind, to me known to be the Owner of Tony
Lind Paving, LLC that executed the foregoing instrument, and acknowledged the said instrument
to be the free and voluntary act and deed of said limited liability company, for the uses and
purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this /a day of Vl , 20
p� 4 iS �•'Y dd� 7�
(typed/printe arne of notary)
Notary Public in and for the State of Washington.
My commission expires__ L71
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 13 -
EXHIBIT "A"
SCOPE OF WORK
Perform discretionary work for services listed in Exhibit A, Schedule A of installing traffic
calming devices such as painted extruded curb, painted, speed humps, and a traffic circle island
at locations and in quantities to be provided by staff at a future date. Also perform discretionary
work listed in Exhibit A, Schedule B, which may consist of installation and/or removal of pre-
cast, block, or extruded traffic curb, installation of CSTC and HMA, installation and/or removal
of speed humps, speed tables, and raised crosswalks, installation and/or removal of pedestrian
refuge islands, curb ramps, concrete sidewalk, or concrete curb and gutter, and installation of
traffic circle islands. Work orders showing locations and quantity estimates to be provided by
staff at future dates.
NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid
shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including
for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be
regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item,
the unit price shall prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid
Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of
Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding,
and determine which bid or bidder meets the criteria set forth in the bid documents.
5CF]FDULE A E:x.m 7lo of T 'Projects As Dose ilMd In 04 Work
Item -Typical Unit Unit Price Multiplier Total
Project
B-3 Extruded Curb.Painted
WSDOT Standard Specification Section 8-07(except no rebar) 50 c 50
COFW Development Standard 3-4A COFW SP 8-04 LF 23-00 $1,1
50.00
0-7 Speed Hump,Compii,te(includes toe grind and temporary
markings Permanent signing and markings by others.)COFW 4 4
:Development Standard 3-28,COFW SP B-32 EA $2,800.00 $11,200.00
B-16s TratTlc Circle Island,Complete(Includes painted precasi curb,
pavement removal,monument case d valve box adjustment 324001
topsoil Each(1)island by Circle Diameter range in feet) COFW Diameter1 1
�Develoomenl Standard 3-59 COFW SP 8.05 Circle EA $8.600.00 $8,600.00
Total of Schedule A
$20.950.00
Must tie tne umomfted,is B ince
Exhibit A,Schedule A Notes:
1 All items shall include in the price any required layout,mobilization,traffic control,roadside cleanup,or any other incidentals.
2 All permanent pavement markings for traffic calming devices shall be done by others.
3 All permanent signs for traffic calming devices are done by others.
4 Any removal of pavement markings will be done by others.
5 Unit Price is per Each for a Traffic Circle Island,Complete within the circle diameter range,in feet.
COMPANY NAME Tony Lind Paving LLC
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
14 -
SCHEDULE 0 [DlcFvVGPss(y Work Orders As Detcn4ed in Scoov u1 W00k
N. al
t]rarntllY Rargs UnR Unit Prlp Multiplier Ta
0-1 PfwCaMTnftCnr%Pointed W 10C LF $41�_M_ w2,300.00
WSOOT Standard spednnua,Section 11.Or oo 101 SLF 101 $4,646.00
COFW Spew PmWbn 6.07 501. LF9�00 501 19,539.00
8-2 Black Traflle Curb,Pdnad - _ _ _ 50 100 LF $56.00 50 $2,800.00
COFW Development Standard 3-4 101 500 LF M9.00 101 $4,949.00
COFW Spacial Provision 6-07 501. LF 6.00 501 ,046J0n
B-3 I E:fn�dad Ctare.Pahad so , �F �O $1,150,00
WSDOT SL Spec.6-07,and SL Pan F-10.42(maps no mbar) ,u, 500 LF 101 $2121.00
COFW Devabprrerd Standard 3-4A.Cottle SP 844 501 • LF 501 $9.51900
er R«oow Pis Cast Sleek,«i iwaa Cwb(newds aavrwl 50 100 LF S0 $500.00
patching N necessary)WSOOT Stardard SpecNeallon section 2- 101 500 LF $9,00101 $909.00
02.3(3).COFW SP 6-07
501• LF - 501 $4.008.00
�.w.
ss Crust"awnaano Top Course,kKwde Naw 1 5 TON $1
1 00.00
WSDOT Standard Spadlln0on Section 4-04.9-03 a 1S TON S45,00 6 $270.00
COFW Special Provision 4.04 t5' TON S4 15 $600.00
e-e 1wA calla 1Ir eFiz , s TON 400.OL1- ' $400.00
WSDOT Standard Specification section 5-04 6 15 TON $350.00. 6 $2,100.00
C�FW Special ft ft m 501 1S• TON $300.00 15
--$4 500,00
6.7 ASpeed Hnnp,ConW§o*(Includes tea grind and temporary 1 EA $2_8pC]'C)0 1 $2,800.00
mwkkgs Permanent signii and markings by otlrors.)OOFW
Deveioomanl Standard 3-26.COFW SP 6.32 3 EA ..Q .� 2 $5,600.00
- 2.8 513 200 01)
04 Spew Tabs,Car plets(Ind dee be Wind and tamporsry 1 EA $3 ED.Q1 $3,600.00
markings Pennenent agning and markings by othem) 2 3 EA $3,600,00 2 $7,200.00
COFW Devewpram Standard 3.27A,COFW SP 633 4+ EA $3,400.00 4 $13.600.00
11-9 Raised Crosswalk,Catnpeta(kndudes kos grind and Iaapon" 1 EA 3. OQ00. 1 $3,700.00
nwd*Vs Pernanant signing and markings by oders.)COFW 2 3 EA $3,700.00 2 $7,400.00
Developmaru standard 3-27,COFW SP 6-33
4• FA 4 $14 000.00
.0-10 Rernova Speed Hump,Speed Table,or Raised CrosswaNk 1 Ell . M) 1 _$2,000.00
(Include asphalt patching d narxseary) 2 3 EA _$2_000_0(12 $4,000.00
COFW SP 2-02.3(3xr) 4+ EA _$Q00,00 �4..._._._ -$8.000.00
8-11 Pedestrian RAW Island,Corrplea(Irndudes delectable 1 EA S12M0,00 1 $12,900.00
warning so")COFW SP 54M 2 3 EA 2 $25,800.00
COFW DevebMwM Standard 3-56 4*
EA 5_12 5�0o.Qa 4 $50.000.00
0.12 Remury Patlnstrian Re4uge Se,wW+ ,Compl t* 1 EA % 1 $C r000 00
�.L� V
( Ian r ) 2 3 EA $5 000.00 2 $12,000.00
COFW SP 2-02.3(3x7) 4- LCL _ 4 $_23,200.00
e-13 Ranowe L Replace Carcina Curb Rue C, pltla 1 EA -&AMa 0Q_'. $4,200.00
COFW DevebpmarStardard 3-0.3-GA,3-0B.3-10.3-10A.3-11, 2 3 0-0 2 $8,400.00
JWSDOT Slid Plan F-40 14(Up ID 25 RFW)COSP 8.04.8-14 4« 00_ML 4 $16,000,00
8-14 Ranee a Replace Canaea Bidasragk.Conplaa .rasa. . � S is s -
sr ._S275_O $1,375.00
COFW Devabpmart Standard 3-3 a 3-12 11 S0 SY 11 $2,750.00
COFW Special PmvMm 6.04.11.14 51 + Sy 51 $11,475.00
s-15 Ramon d Rsplaee Comae Curb a ower,Complete 10 30 10
$1,000.00
{include,sawcu",disposal,a~patching)COFW Dag 3-4,3 LF $2,945.00
-
4A a WSOOT Shed Spec 5-04.3(14).COFW SP 8-04 31 tOC LF 5 95.00 31
101 + LF -$90.00 `101 $9090.00
TraRle Ckda Island.Cankplets(Includes pakdad Wa-uat aeb,� L, a
t,.nu �4,'tLp EA , $7,200.00
pavement renaval.rnorwane nt rase a valve boat adjustmenit. i r-24^ EA j7p,900.00 1 $7,900.00
IDPacll Each(1)Island by Circle Diameter range In ate)COFW
Davelopnars Standard 3-59.COFW SP 8-05 c.1' 32 t EA 1I-se.800.00
Total of ft oOkdo s
377 592.0
Adlnaad coal of Schedule es x 0.10 3 98 542.00.2p 3
Trull(Tcral of Sctwil A+04"Wd Total of Schadule B)
38.395.20
COMPANY NAME Tony Lind Paving,LLC
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 15 -
Schedule B Notes:
6 Line Item Total for Schedule B are calculated by multiplying the quantity range minimum by the unit price,except for item B-16.
7 Unit Price is per Each for a Traffic Circle Island,Complete within the circle diameter range,in feet.
8 Adjusted(weighted)Total reflects likelihood that only 10%of dlscretlonary work in Schedule B will be requested.
Note: The contract resulting from this RFB Is mainly for future discretionary work orders;exact quantities and locations are unknown.
The City's recent historical average for this work is approximately$25,000 per year.
Discretionary work orders are typically issued multiple times throughout the calendar year.
COMPANY NAME Tonv Lind Pavinl?. LLC
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
16 -
EXHIBIT "B"
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by
Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract
not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
—1 Yes❑ No
If"Yes"Will the Policies Be Extended? ❑ Yes❑ No
PRICE CHANGE LUMP SUM: INCREASE$ 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 $
CONTRACTOR'S SIGNATURE DATE
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
17 —
DIREC'TOR'S SIGNATURE DATE
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑INCREASED $
❑DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
18 -
EXHIBIT "C"
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2020-2021 NTS Program
RFB No:
Contractor: Tony Lind Paving, 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).
k
Contractor�gnature Date
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
- 19 -
EXHIBIT "D"
RETAINAGE BOND TO CITY OF FEDERAL WAY
2020-2021 NEIGHBORHOOD TRAFFIC SAFETY PROGRAM
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.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the Project, which contract is incorporated herein by this reference C'Contract's,
and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal
pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the
protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon
such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with
provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82
RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said
improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall
be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any
amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion
of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any
proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained
percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept,the Contract, and undertake to perform the work therein provided
for in the manner and within the time set forth,for the amount of$ ; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance
and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time
period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all
laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes
imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this
obligation shall be void; but otherwise it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the
same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time,
alterations or additions to the terms of the Contract or to the Work.
- 20 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract
without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to
exceed twenty-five percent(25%) of the original amount of this bond without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Contract,the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable
time period, or(b)tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by
the City, or(c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's
claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its
obligations under this bond, according to the option it has elected. Should Surety elect option (a)to cure the default, the penal
sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the
Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The
City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs
which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by
the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall
proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC,
1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the
mediation.
The parties have executed this instrument under their separate seals this day of 20the
name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned
representatives pursuant to authority of its governing body.
CORPORATE SEAL:
PRINCIPAL
By _ _.. _,...
Title:
Address:
CORPORATE SEAL:
SURETY
By:
Attorney-in-Fact
(Attach Power of Attorney)
Title:
Address:
- 21 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
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 1 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:
I Ryan Call, City Attorney
— 22 —
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
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 may be submitted to: Naveen Chandra P.E.
City of Federal Way
33325 8`h Avenue South
Federal Way, WA 98003
(Contractor or subcontractor)
Date
- 23 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
EXHIBIT "F"
CERTIFICATE OF INSURANCE
24
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
Client#: 183199 TONYLIND
ACORDTM CERTIFI XTE OF LIABILITY INSUr .NCE DATE(MM/DD/YYYY)
6/03/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER i AME, Nicole Anderson
Propel Insurance PHONEFAX
(A/C.No.E-01'800 499-0933 AC_No,. 866 577-1326
Tacoma Commercial Insurance E-MAIL
$ , nicole.anderson@propelinsurance.com
1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIL&
Tacoma,WA 98402 INSURER A:Union Insurance Company 25844
INSURED Tony Lind Paving, LLC INSURER B:The Ohio Casualty Insurance Company 24074
INSURER C
23048 172nd Avenue SE
Kent,WA 98042 INSURER D:
INSURER E:
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY 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.
INSRJ TYPE OF INSURANCE ADDL UBR POLICY EFF POLICY EXP
LTR POLICY NUMBER MM 00:YYYY) imr&DDryyyyl LIMITS
A X COMMERCIAL GENERAL LIABILITY X X CPA603236123 01/01/2020 01/01/2021 EACH OCCURRENCE S1,000,000
CLAIMS-MADE u OCCUR DpMnAGFT9FRENT rrer-a s300.000
PD Ded:i 000 MED EXP(Any oneperson) $10,000
PERSONAL&ADV INJURY $1.000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000 000
POLICY LJ JECOT U LOC PRODUCTS-COMP/OP AGG s2.000.000
OTHER:
AUTOMOBILE LIABILITY 11 •1 1-�=1NGLE LIN11T
A _ X X CPA603236123 01/01/2020 01/01/2021 'E;;'',.::', ::,.. e1 000.000
X ANY AUTO BODILY INJURY(Per person) $
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY(Per accident) $
HIRED NON-OWNED PF40PE-1Tf f_1+t f.1 A!;
X AUTOS ONLY �X_
AUTOS ONLY LF" N+ $
A X UMBRELLA LIAR X OCCUR X X CPA60323612301/01/2020 01/01/2021 EACH OCCURRENCE $5,000,000
EXCESS LIAB CLAIMS-MADE AGGREGATE V5,000,000
De() I X 1-FTENTION 0 $
A WORKERS COMPENSATION CPA603236123 1/01/2020 01/01/2021 PERt ITF OFTI
H-
AND EMPLOYERS'LIABILITY YIN
4N;"r_.O-Ric-riF•�,t,aT';ER•E:?_L.LTi%iE� ��� WA STOP GAP E.L EACH ACCIDENT 0.000,000
SFr GERWEMBER EXCLIED" t N i N/A
(Mandatory in NH) E L.DISEASE-EA EMPLOYEE $1.000,000
If yes,describe under
DESCRIPTION OF OPFRATIONS below E L.DISEASE-POLICY LIMIT $1.000,000
B Leased/Rented BM059122791 1/01/2020 01/01/2021 $375,000 Limit
Equipment $1,000 Deductible
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
RE:2020-2021 Neighborhood Traffic Safety(NTS) Program
City of Federal Way, its officers,officials,employees,volunteers and agents Additional Insured Status
applies per attached form(s).Waiver of Subrogation applies per attached form(s). Primary non-contributory
applies per attached form(s).
CERTIFICATE HOLDER CANCELLATION
Cit of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave S ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4155268/M3942703 CRS01
EXHIBIT "G"
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND Bond No. NWA1450
KNOW ALL PEOPLE BY THESE PRESENTS:
We,the undersigned Tony Lind Paving LLC ("Principal")and
Merchants National Bonding, Inc. _ the undersigned corporation organized and existing under the laws of
the State of Iowa 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 Forty Thousand
and no/100THS Dollars and no/100($40.000.00 ) for the payment of which we firmly bind
ourselves and our legal representatives,heirs,successors and assigns,jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards
and policies of the City,as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated 4-10 20A0 for
2020-2021 Neighborhood Traffic Safety Project.
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time
period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all
laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents,
employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any
carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall
indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the
Agreement within a period of one(1)year after its final acceptance thereof by the City, then and in the event this obligation
shall be void;but otherwise,it shall be and remain in full force and effect.
And the Surety,for value received,hereby further stipulates and agrees that no change,extension of time,alteration or addition
to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in
any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or
additions to the terms of the Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without
notice to Surety,and any such modifications or changes increasing the total amount to be paid the Principal shall automatically
increase the obligation of the Surety on this Performance Bond in a like amount, such increase,however,not to exceed twenty-
five percent(25%)of the original amount of this bond without the consent of the Surety.
Within forty-five(45)days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement,the
Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time
period, or(b)tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the
City, or(c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's
claim of default,the Surety shall notify the City of its finding and its intent,if any,to interplead.The Surety shall then fulfill
its obligations under this bond, according to the option it has elected. Should Surety elect option (a)to cure the default, the
penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If
the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs.
The City shall return,without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual
costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first
complete participation in mediation,described in the below paragraph,prior to any interplead action.
- 25 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the
Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall
proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution,LLC,
1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the
mediation.
DATED this 9th day of June —M20 .
CORPORATE<< PRINCIPAL: PRINCIPAL Tony Lind Paving LLC
NO
By:
S4!�Sy RYs ' By.
Ton Lindl
`� �, Its: Owner
Pug = 23048 172°d Ave SE
X85216 fi;,�� Kent,WA 98042
(253)630-7612
Z-E OF NN
STATE OF WASHINGTON )
)ss.
COUNTY OF King )
On this day personally appeared before me Tony Lind to me known to be the Owner of Tony Lind Paving,LLC that executed
the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited
liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument.
GIVEN my hand and official seal this IC)ck�,day of �alu 20"
Notary's signature �� � ' ,�
Notary's printed name i1
Notary Public in and for the State a asliin-ton.
My commission expires C'�j
CORPORATE SEAL OF SURETY:
t*,•yi�,�r1�e�++�.r„h STY Merchants National Bonding, Inc.
1`"''''
.r
e. Attorney-in-Fact
Y
(Attach Power of Attorney)
Heather L.Allen
�► (Name of Person Executing Bond)
'• ~' a.+ ► 5400 Carillon Point
'"•rf =�`'•,.....•• (Address)
'W*F#11101i V%6 _ Kirkland,WA 98033
(425)576-4078
(Phone)
APPROVED AS TO FORM:
ag-c,
J.Ryan Vall,City Attorney
- 26 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
ERCHAN�rs��',
BONDING COMPANY..
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually,
Aliceon A Keltner;Annelies M Richie;Brandon K Bush;Brent E Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L Jay;Eric A Zimmerman;
Erica E Mosley;Heather L Allen;Holli Albers;James B Binder;Jamie L Marques;Karen C Swanson;Kyle Joseph Howat;Tamara A Ringeisen
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding,Inc.,on October 16,2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company,and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the
Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given
to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner-
Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation.
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of February 2020
.���110NgL•••, .`o��G Co .
" .- pojy
S �O; `d�' �QQ� . MERCHANTS BONDING COMPANY(MUTUAL)
4 %� ^� 4_,yam MERCHANTS NATIONAL BONDING.INC.
.T �
2003 :� y 1933 c, I3y
STATE OF IOWA �U" ""°
COUNTY OF DALLAS ss.
On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
11131�tAt s POLLY MASON
o s Commission Number 750576
My Commission Expires
,gyp January 07, 2023 Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this i day of
...... T
co
2003 ' ¢ 1933 Secretary
rya. :
POA 0018 (1/20) """�"
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 may determine
to be appropriate, including, but not limited to: Withholding of payments to the contractor under the
- 27 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
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.
- 28 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
EXHIBIT "I"
PREVAILING RATE OF WAGE (SEE ATTACHED).
- 29 -
City of Federal Way 2020
2020-2021 Neighborhood Traffic Safety Program
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
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.
L 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.
N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours
worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and
one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall
be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime
hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day
shall be paid at three times the hourly rate of wage.
U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on
Sundays and holidays (except Labor Day)shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid 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 fust four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10
workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate
of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
2
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage_All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten-
hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays
shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight(8)hours of straight time per day,or ten (10)hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight(8)hours or more.
C. Work performed in excess of eight(8)hours of straight time per day,or ten(10) hours of straight time per day when
four ten (10) hour shifts are established, or forty(40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
3
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
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 paid at
one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday
may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked
on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay.
4
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
4, D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating
plants, industrial plants,associated installations and substations, except those substations whose primary function is
to feed a distribution system,will be paid overtime under the following rates:
The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall
be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times
the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times
the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the
hourly rate of wage.
E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four-
day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)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
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All
hours worked on a Saturday in excess of twelve(12)hours shall be paid at double the hourly rate of pay. All hours
worked over twelve(12)in a day Monday through Friday,and all hours worked on Sundays shall be paid at double
the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
N. All hours worked on Saturdays shall be paid atone 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.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
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 fust 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.
6
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
4. V. Work performed in excess of ten(10)hours of straight time per day when four ten(10)hour shifts are established or
outside the normal shift(5 am to 6pm),and all work on Saturdays,except for make-up days shall be paid at time and
one-half(1 1/z)the straight time rate.
In the event the job is down due to weather conditions,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
work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double(2x)
the straight time rate of pay.
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.
When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8)hours.
W. 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.
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 such time as the employee has had a break
of eight(8)hours.
X_ 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. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work
performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight
time rate,eight(8) hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight(8)hours.
7
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Overtime Codes Continued
4. Y. 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. 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.
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.
Holidav Codes
5, A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,and Christmas Day(7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day,the day before Christmas,and Christmas Day(8).
C. Holidays: New Year's Day,Presidents'Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,And Christmas Day(8).
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).
1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day,And Christmas Day(7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9).
L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday after Thanksgiving Day,And Christmas Day(8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9).
P. Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday,The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day(6).
8
Benefit Code Key—Effective 8/31/2019 thru 3/3/2U20
flolida.v Codes Continued
5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2).
S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day,And Christmas Day(8).
6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day,And Christmas Day(8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-
Day On Christmas Eve Day.(9 1/2).
G. Paid Holidays: New Year's Day,Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve
Day(11).
H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10).
I. Paid Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday
After Thanksgiving Day,And Christmas Day(7).
T. Paid holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And
Christmas Day(9).
Z. Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). if a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
9
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Holiday Codes Continued
7. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the last working day before Christmas day and Christmas day(8).Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day
(6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving
Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
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.
10
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Holiday Codes Continued
7. 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.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
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,Christmas Day,the day after Christmas,the day before
New Year's Day,and a Floating Holiday.
X_ Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken
on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday
will be taken on the next normal workday.
Y, Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the
Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays:New Year's Day.President's Day,Independence Day,Memorial Day,Labor Day,"thanksgiving Day,The
Friday After Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a
holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall
be observed as a holiday on the following Monday.
B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day,Memorial Day, Independence Day,Labor
Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day.(8)
11
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Holidav Costes Continued
15. 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.
E. Holidays:the day before New Years's Day,New Year's Day,Martin Luther King,Jr.Day,Presidents'Day,Memorial
Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,Friday after Thanksgiving Day,the day before
Christmas,and Christmas Day. (12)
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C:$0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D-
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B:$0.75,Level
C:$0.50,And Level D:$0.25.
P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit:$1.50,
Class C Suit:$1.00,And Class D Suit$0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the
shift shall be used in determining the scale paid.
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
constniction 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:$1.50,
And Class C Suit:$1.00.Workers performing underground work receive an additional$0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked. Workers who
do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty (150)feet above grade elevation
receive an additional$0.50 per hour.
12
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Note Codes Continued
8. V. In addition to the hourly wage and fringe benefits,the following depth and enclosure premiums shall be paid.The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over
101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet.
Over 221'-$5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance.25'to 300' -$1.00 per foot from entrance.300' to 600'
-$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates
would apply to meters not fitting this description.
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 6pm 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.)
Y. Tide Work:When employees are called out between the hours of 6:00 p.m_and 6:00 a-m.to work on tide work
(work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay_
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above
the classification rate_
Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
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 a contractor), a government agency or the contract specifications require
that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example,the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
13
Benefit Code Key—Effective 8/31/2019 thru 3/3/2020
Note Codes Continued
9. A. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
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 require
that more than four(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status.(For example,the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid$0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A)—130' to 199'—$0.50 per hour over their classification rate.
(B)—200' to 299'—$0.80 per hour over their classification rate.
(C)—300'and over—$1.00 per hour over their classification rate.
B. 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.
Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
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.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants,pipelines,
towers,dams,badges,power generation facilities and manufacturing facilities such as chemical plants,etc.,or
anywhere abrasive blasting is necessary to prepare surfaces,or hazardous materials encapsulation is required.
E. Heavy Construction includes construction,repair,alteration or additions to the production,fabrication or
manufacturing portions of industrial or manufacturing plants,hydroelectric or nuclear power plants and atomic
reactor construction. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,
Level B:$0.75,Level C: $0.50,And Level D:$0.25.
14
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: 02/10/2020
County Trade Job Classification Waite Holiday (Overtime Note
King Asbestos Abatement Workers Journey Level $50.86 5D 1 H View
King Boilermakers Journey Level $69.04 5N 1C View
King Brick Mason Journey Level $58.82 5A 1M View
King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View
King Buitding Ser vice Emptovees Janitor $25.58 5S 2F View
King Building Ser/ice Ernp_2vees Traveling Waxer/Shampooer $26.03 5S 2F View
King BluitdinQ Service Emptoyees Window Cleaner (Non- $29.33 5S 2F View
Scaffold)
King Building Service Ern [gyees Window Cleaner (Scaffold) $30.33 5S 2F View
King Cabinet Makers On Shopl Journey Level $22.74 1 View
King Carpenr_ers Acoustical Worker $62.44 7A 4C View
Kingc�n-tars Carpenter $62.44 7A 4C View
King Carcenters Carpenters on Stationary $62.57 7A 4C View
Tools
King Carpenters Creosoted Material $62.54 7A 4C View
King Carr esters Floor Finisher $62.44 7A 4C View
King (-arr)er,ters Floor Layer $62.44 7A 4C View
King Carpenters Scaffold Erector $62.44 7A 4C View
King Cement Masons Application of all $62.97 7A 4U View
Composition Mastic
King Cement Masons Application of all Epoxy $62.47 7A 4U View
Material
King Cement Masons Application of all Plastic $62.97 7A 4U View
Material
King Cement MAsons Application of Sealing $62.47 7A 4U View
Compound
King Cement Masons Application of Underlayment $62.97 7A 4U View
King Cement Masons 1130ding General $62.47 7A 4U View
King Cement Masons Composition or Kalman $62.97 7A 4U View
Floors
King Cement Masons Concrete Paving $62.47 7A 4U View
King Cement Masons Curb Et Gutter Machine $62.97 7A 4U View
King Cement Masons Curb Et Gutter, Sidewalks $62.47 7A 41J View
King Cement Masons Curing Concrete $62.47 7A 4U View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King Cernert ,Masons Finish Colored Concrete $62.S. 7A 4U View
King Cement Masons Floor Grinding $62.97 7A 4U View
King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View
King Cement Masons Green Concrete Saw, self- $62.97 7A 4U View
powered
King Cement Masons Grouting of all Plates $62.47 7A 4U View
King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View
King Cement Masons Gunite Nozzleman $62.97 7A 4U View
King Cement Masons Hand Powered Grinder $62.97 7A 4U View
King Cement Masons Journey Level $62.47 7A 4U View
King Cement Masons Patching Concrete $62.47 7A 4U View
King Cement Masons Pneumatic Power Tools $62.97 7A 4U View
King Cement Masons Power Chipping Et Brushing $62.97 7A 4U View
King Cement Masons Sand Blasting Architectural $62.97 7A 4U View
Finish
King Cement Masons Screed Et Rodding Machine $62.97 7A 4U View
King Cement Masons Spackling or Skim Coat $62.47 7A 4U View
Concrete
King Cement Masons Troweling Machine Operator $62.97 7A 4U View
King Cement Masons Troweling Machine Operator $62.97 7A 4U View
on Colored Slabs
King Cement Masons jTunnet Workers $62.97 7A 4U View
King Divers Et Tenders Bell/Vehicle or Submersible $116.20 7A 4C View
Operator (Not Under
Pressure)
King Divers Et Tenders Dive Supervisor/Master $79.23 7A 4C View
King Divers Et Tenders Diver $116.20 7A 4C 8V View
King Divers Et Tenders Diver On Standby $74.23 7A 4C View
King Divers Et Tenders Diver Tender $67.31 7A 4C View
King Divers Et Tenders Manifold Operator $67.31 7A 4C View
King Divers Et Tenders Manifold Operator Mixed Gas $72.31 7A 4C View
King Divers Et Tenders Remote Operated Vehicle $67.31 7A 4C View
Operator/Technician
King Divers Et Tenders Remote Operated Vehicle $62.69 7A 4C View
Tender
King Dredge Workers Assistant Engineer $56.44 5D 3F I View
King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View
King Dredge Workers Boatmen $56.44 5D 3F View
King Dredge Workers Engineer Welder $57.51 5D 3F View
King Dredge Workers L everman, Hydraulic $58.67 5D 3F View
King Dredge Workers Mates $56.44 5D 3F View
King Dredge Workers Oiler $56.001 5D 3F View
King Drywall Applicator Journey Level $62.44 5D 1H View
King Drywall Tapers Journey Level $62.94 5P 1E View
King Electrical Fixture Journey Level $30.59 5L 1E View
Maintenance Workers
King Electricians - Inside Cable Splicer $83.17 7C 4E View
https://fortress.wa.gov/lni/wagelookup/pr-vWagelookup.aspx 1/27/2020
King Electricians - Inside Cable Splicer (tunnel) $89.3 7C 4E View
King Electricians - Inside lCertified Welder $80.36 7C 4E View
King Electricians - Inside lCertified Welder (tunnel) $86.25 7C 4E View
King Electricians - Inside Construction Stock Person $41.48 7C 4E View
King Electricians - Inside Journey Level $77.55 7C 4E View
King Electricians - Inside Journey Level (tunnel) $83.17 7C 4E View
King Electricians - Motor Shoe 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
Construction Operator
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 $72.98 5A 4D View
Construction
King Electricians - Powerline Powderperson $54.55 5A 4D View
Construction
King Electronic Technicians Journey Level $51.07 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 Concrete All Classifications - In- $18.25 5B 1 R View
Products Factory Work Only
King Fence Erectors Fence Erector $43.11 7A 4V 8Y View
King Fence Erectors iFence Laborer $43.111 7A 4V 8Y View
King Flaggers Journey Level $43.111 7A I 4V 8Y View
King Glaziers Journey Level $66.511 7L 1Y View
King Heat Et Frost Insulators And Journeyman $76.61 5J 4H View
Asbestos Workers
King Heating EQUipment Journey Level $85.88 7F 1E View
Mechanics
King Hod Carriers Et Mason Journey Level $52.44 7A 4V 8Y View
Tenders
King Industrial Power Vacuum Journey Level $13.50 1 View
Cleaner
King Inland Boatmen Boat Operator $61.41 5B 1K View
King Inland Boatmen Cook $56.48 5B 1K View
King Inland Boatmen Deckhand $57.48 5B 1K View
King Inland Boatmen Deckhand Engineer $58.81 5B 1K View
King Inland Boatmen Launch Operator $58.89 5B 1K View
King Inland Boatmen Mate $57.31 5B 1K View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King lns ection/Cleaning/Seg. I Cleaner Operator, Foamer $31.45 1 View
Of Sewer Et 'Nater Svsrems 5y Operator
Remote Control
King Inspection ICleaning!SeaUn Grout Truck Operator $13.50 1 View
Of Sewer 8: Water Systems By
Remote Control
King Inspection/Cleaning ISeat in_q Head Operator $24.91 1 View
Of Sewer Et Water Systems By
Remote Control
King Inspection/CLeanin /Sealin Technician $19.33 1 View
Of Sewer Et Water Systems By
Remote Control
King Inspection/Cteaning'Seating Tv Truck Operator $20.45 1 View
Of Sewer a Water SySte_i'ps BY
Remote Control
King Insulation Appiicaturs Journey Level $62.44 7A 4C View
King Ironworkers Journeyman $72.18 7N 10 View
King Laborers Air, Gas Or Electric Vibrating $50.86 7A 4V 8Y View
Screed
King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View
King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View
King Laborers Batch Weighman $43.11 7A 4V 8Y View
King Laborers Brick Pavers $50.86 7A 4V 8Y View
King Laborers Brush Cutter $50.86 7A 4V 8Y View
King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View
King Laborers Burner $50.86 7A 4V 8Y View
King Laborers Caisson Worker $52.44 7A 4V 8Y View
King Laborers Carpenter Tender $50.86 7A 4V 8Y View
King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View
King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View
King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View
King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View
Over)
King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V8Y View
King Laborers Choker Setter $50.86 7A 4V 8Y View
King Laborers Chuck Tender $50.86 7A 4V 8Y View
King Laborers _ Clary Power Spreader $51.80 7A 4V 8Y View
King Laborers Clean-up Laborer $50.86 7A 4V 8Y View
King Laborers Concrete Dumper/Chute $51.80 7A 4V 8Y View
Operator
King Laborers lConcrete Form Stripper $50.86 7A 4V 8Y View
King Laborers Concrete Placement Crew $51.80 7A 4V8Y View
King Laborers Concrete Saw Operator/Core $51.80 7A 4V 8Y View
Driller
King Laborers Crusher Feeder $43.11 7A 4V 8Y View
King Laborers Curing Laborer $50.86 7A 4V 8Y View
King Laborers Demolition: Wrecking Et $50.86 7A 4V 8Y View
Moving (Incl. Charred
Material)
https://fortress.wa.gov/tni/wagelookup/prvWagelookup.aspx 1/27/2020
King Laborers Ditch Digger $50.8 7A 4V 8Y I View
King Laborers Diver $52-441 7A 4V I 8Y View
King Laborers Drill Operator (Hydraulic, $51.80 7A 4V 8Y View
Diamond)
King Laborers Dry Stack Walls $50.86 7A 4V 8Y View
King Laborers Dump Person $50.86 7A 4V 8Y View
King Laborers Epoxy Technician $50.86 7A 4V 8Y View
King Laborers Erosion Control Worker $50.86 7A 4V 8Y View
King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View
King Laborers Fine Graders $50.86 7A 4V 8Y View
King Laborers Firewatch $43.11 7A 4V 8Y View
King Laborers Form Setter $50.86 7A 4V 8Y View
King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View
King Laborers General Laborer $50.86 7A 4V 8Y View
King Laborers Grade Checker Et Transit $52.44 7A 4V 8Y View
Person
King Laborers Grinders $50.86 7A 4V 8Y View
King Laborers Grout Machine Tender $50.86 7A 4V 8Y View
King Laborers Groutmen (Pressure) $51.80 7A 4V 8Y View
Including Post Tension Beams
King Laborers Guardrail Erector $50.86 7A 4V 8Y View
King Laborers Hazardous Waste Worker $52.44 7A 4V 8Y View
(Level A)
King Laborers Hazardous Waste Worker $51.80 7A 4V 8Y View
(Level B)
King Laborers Hazardous Waste Worker $50.86 7A 4V 8Y View
(Level C)
King Laborers High Scaler $52.44 7A 4V 8Y View
King Laborers Jackhammer $51.80 7A 4V 8Y View
King Laborers Laserbeam Operator $51.80 7A 4V 8Y View
King Laborers Maintenance Person $50.86 7A 4V 8Y View
King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View
King Laborers Material Yard Person $50.86 7A 4V 8Y View
King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View
King Laborers Nozzleman (Concrete Pump, $51.80 7A 4V 8Y View
Green Cutter When Using
Combination Of High
Pressure Air lit Water On
Concrete Et Rock, Sandblast,
Gunite, Shotcrete, Water
Blaster, Vacuum Blaster)
King Laborers Pavement Breaker $51.80 7A 4V 8Y View
King Laborers Pilot Car $43.11 7A 4V 8Y View
King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View
King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View
King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View
King Laborers Pipe Reliner $51.80 7A 4V 8Y View
King Laborers Pipe Wrapper $51.80 7A 4V 8Y View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King Laborers Pot Tender $50.8k 7A 4V 8Y View
King Laborers Powderman $52.44 7A 4V 8YView
King Laborers Powderman's Helper $50.86 7A 4V 8Y View
King Laborers Power Jacks $51.80 7A 4V 8Y View
King Laborers Railroad Spike Puller Power $51.80 7A 4V 8Y View
King Laborers Raker- Asphalt $52.44 7A 4V 8Y View
King Laborers Re-timberman $52.44 7A 4V 8Y View
King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View
King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View
King Laborers Rip Rap Person $50.86 7A 4V 8Y View
Bing Laborers Rivet Buster $51.80 7A 4V 8Y View
King Laborers Rodder $51.80 7A 4V 8Y View
King Laborers Scaffold Erector $50.861 7A 4V 8Y View
King Laborers Scale Person $50.86 7A 4V 8Y View
King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View
King Laborers Sloper Sprayer $50.86 7A 4V 8Y View
King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View
King Laborers Stake Hopper $50.86 7A 4V 8Y View
King Laborers Stock Her $50.86 7A4V 8Y View
King Laborers Swinging Stage/Boatswain $43.11 7A 4V 8Y View
Chair
King Laborers Tamper & Similar Electric, $51.80 7A 4V 8Y View
Air Ft Gas Operated Tools
King Laborers Tamper (Multiple ft Self- $51.80 7A 4V 8Y View
propelled)
King Laborers Timber Person - Sewer $51.80 7A 4V 8Y View
(tagger, Shorer & Cribber)
King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View
King, Laborers Topper $50.86 7A 4V 8Y View
King Laborers Track Laborer $50.86 7A 4V 8Y View
King Laborers Track Liner (Power) $51.80 7A 4V 8Y View
King. Laborers Traffic Control Laborer $46.10 7A 4V 9C View
King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View
King Laborers Truck Spotter $50.86 7A 4V 8Y View
King Laborers Tugger Operator $51.80 7A 4V 8Y View
King Laborers Tunnel Work-Compressed Air $120.61 7A 4V 9B View
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $125.64 7A 4V 9B View
Worker 30.01-44.00 psi
King Laborers Tunnel Work-Compressed Air $129.32 7A 4V 9B View
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $135.02 7A 4V 9B View
Worker 54.01-60.00 psi
King Laborers Tunnel Work-Compressed Air $137.14 7A 4V 9B View
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $142.24 7A 4V 9B View
Worker 64.01-68.00 psi
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King Laborers Tunnel Work-Compressed Air $144. 7A 4V 9B View
Worker 68.01-70.00 psi
King Laborers Tunnel Work-Compressed Air $146.14 7A 4V 9B View
Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed Air $148.14 7A 4V 9B View
Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and Lock $52.54 7A 4V 8Y View
Tender
King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View
King Laborers Vibrator $51.80 7A 4V 8Y View
King Laborers Vinyl Seamer $50.86 7A 4V 8Y View
King Laborers Watchman $39.18 7A 4V 8Y View
King Laborers Welder $51.80 7A 4V 8Y View
King Laborers Well Point Laborer $51.80 7A4V 8Y View
King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View
King Laborers - Underground General Laborer Et Topman $50.86 7A 4V 8Y View
Sewer Et Water
King Laborers - Underground Pipe Layer $51.80 7A 4V 8Y View
Sewer & Water
King Landscape Construction Landscape $39.18 7A 4V 8Y View
Construction/Landscaping Or
Planting Laborers
King Landscape Construction Landscape Operator $68.02 7A 3K 8X View
King Landscape Maintenance Groundskeeper $17.87 1 View
King Lathers Journey Level $62.44 5D 1H View
King Marble Setters Journey Level $58.82 5A 1M View
King Metal Fabrication (In Shap) Fitter $15.86 1 View
King Metal Fabrication 1n Sho Z Laborer $13.50 1 View
King Meta[ Fabrication In Shop ) Machine Operator $13.50 1 View
King Metal Fabrication (In Shap) Painter $13.50 1 View
King Metal Fabrication (In Shopl Welder $15.48 1 View
King Millwright Journey Level $63.94 7A 4C View
King Modular Buildings Cabinet Assembly $13.501 1 View
King Modular Buildin s Electrician $13.50 1 View
King Modular Buildings Equipment Maintenance $13.50 1 View
King ,Modular Buildings Plumber $13.50 1 View
King ,Modular Buildings Production Worker $13.50 1 View
King Modular Buildings Tool Maintenance $13.50 1 View
King Modular Buildings Utility Person $13.50 1 View
King Modular Buildings Welder $13.50 1 View
King Painters Journey Level $43.40 6Z 2B View
King Pile Driver Crew Tender $67.31 7A 4C View
King Pile Driver lCrew Tender/Technician $67.31 7A 4C View
King Pile Driver Hyperbaric Worker - $77.93 7A 4C View
Compressed Air Worker
0-30.00 PSI
King Pile Driver $82.93 7A 4C View
https.-/Ifortress.wa.gov/lnilwagelookup/prvWagelookup.aspx 1/27/2020
Hyperbaric Worker -
Compressed Air Worker 30.01
44.00 PSI
King Pile Driver Hyperbaric Worker - $86.93 7A 4C View
Compressed Air Worker 44.01
- 54.00 PSI
King Pile Driver Hyperbaric Worker - $91.93 7A 4C View
Compressed Air Worker 54.01
60.00 PSI
King Pile Driver Hyperbaric Worker - $94.43 7A 4C View
Compressed Air Worker 60.01
- 64.00 PSI
King Pile Driver Hyperbaric Worker - $99.43 7A 4C View
Compressed Air Worker 64.01
- 68.00 PSI
King Pile Driver Hyperbaric Worker - $101.43 7A 4C View
Compressed Air Worker 68.01
- 70.00 PSI
King Pile Driver Hyperbaric Worker- $103.43 7A 4C View
Compressed Air Worker 70.01
- 72.00 PSI
King Pile Driver Hyperbaric Worker - $105.43 7A 4C View
Compressed Air Worker 72.01
- 74.00 PSI
King Pile Driver Journey Level $62.69 7A 4C View
King Plasterers Journey Level $59.42 ZQ 1R View
King Pta; ground Et Park Journey Level $13.50 1 View
Equipment Installers
King Pturnbers Et PipefLitters Journey Level $87.69 6Z 1G View
King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View
King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View
King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View
King Power Equipment Operators Batch Plant Operator: $68.55 7A 3K 8X View
concrete
King Power Equipment Operators Bobcat $65.05 7A 3K 8X View
King Power Equipment Operators Brokk - Remote Demolition $65.05 7A 3K 8X View
Equipment
King rower E uiprncnt Operators Brooms $65.05 7A 3K 8X View
King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View
King Power Equipment Operators Cableways $69.16 7A 3K 8X View
King Power Equipment O erators Chipper $68.55 7A 3K 8X View
King Power Equipment Operators Compressor $65.05 7A 3K 8X View
King Power Equipment 0 erators Concrete Finish Machine - $65.05 7A 3K 8X View
Laser Screed
King Power Equipment Operators Concrete Pump -Mounted Or $68.02 7A 3K 8X View
Trailer High Pressure Line
Pump, Pump High Pressure
King Power E ui ment Operators Concrete Pump: Truck Mount $69.16 7A 3K 8X View
With Boom Attachment Over
42 M
King Power Equipment Operators j $68.55 7A j 3K 8X 1 View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx l/27/2020
Concrete Pump: Truck Mount
With Boom Attachment Up
To 42m
King Power Equipment Operators Conveyors $68.02 7A 3K 8X View
'King Power Equipment Operators Cranes friction: 200 tons and $71.26 7A 3K 8X View
over
King Power Equipment_Operators Cranes: 100 tons through 199 $69.85 7A 3K 8X View
tons, or 150' of boom
(including jib with
attachments)
King Power EQUiDment Operators Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View
Tons With Attachments
King Power Equipment Opet ators Cranes: 200 tons- 299 tons, $70.57 7A 3K 8X View
or 250' of boom including jib
with attachments
King Power Equipment Operators Cranes: 300 tons and over or $71.26 7A 3K 8X View
300' of boom including jib
with attachments
King Power Equipment Operators Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King Power Eq4pment O erators Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View
And Under
King Power Equipment Operators Cranes: Friction cranes $70.57 7A 3K 8X View
through 199 tons
King Power Equipment Operators Cranes: through 19 tons with $68.02 7A 3K 8X View
attachments, A-frame over
10 tons
King Power E ui ment Operators Crusher $68.55 7A 3K 8X View
King Power Equipment Operators Deck Engineer/Deck Winches $68.55 7A 3K 8X View
(power)
King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View
King Power Equipment_Operators Dozers D-9 Et Under $68.02 7A 3K 8X View
King Power Equipment Operators Drill Oilers: Auger Type, $68.02 7A 3K 8X View
Truck Or Crane Mount
King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View
King Power Equipment Operators Elevator And Man-lift: $65.05 7A 3K 8X View
Permanent And Shaft Type
King Power Equipment O erators Finishing Machine, Bidwell $68.55 7A 3K 8X View
And Gamaco Et Similar
Equipment
King Power Equipment_Operators Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View
With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View
With Attachments
King Power Equipment Operators Grade Engineer: Using Blue $68.55 7A 3K 8X View
Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K8X View
King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View
King Power Equipment Operators $69.16 7A 3K 8X View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
King Power Equipment Oner,ators Hard Tail End Dump $68.55 7A 3K 8X View
Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operatgrs Horizontal/Directional Drill $68.02 7A 3K 8X View
Locator
King Power Equipment Operators Horizontal/Directional Drill $68.55 7A 3K 8X View
Operator
King Power Equipment Operators Hydralifts/Boom Trucks Over $68.02 7A 3K 8X View
10 Tons
King Power Equipment Operators Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View
Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View
Over
King Power Equipment Operators Loader, Overhead, 6 Yards. $69.16 7A 3K 8X View
But Not Including 8 Yards
King Power Equipment Operators Loaders, Overhead Under 6 $68.55 7A 3K 8X View
Yards
King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View
King Power Equipment Q erators Loaders: Elevating Type Belt $68.02 7A 3K 8X I View
King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View
King Power Equipment Qperators Material Transfer Device $68.55 7A 3K 8X View
King Power Equipment Operators Mechanics, All (leadmen - $69.85 7A 3K 8X View
$0.50 Per Hour Over
Mechanic)
King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View
King Power Equipment Operators Mucking Machine, Mole, $69.16 7A 3K 8X View
Tunnel Drill, Boring, Road
Header And/or Shield
King Power Equipment operators Oil Distributors, Blower $65.05 7A 3K 8X View
Distribution Et Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View
Manlifts), Air Tuggers, Strato
King Power E ui meat Operators Overhead, Bridge Type $68.55 7A 3K 8X View
Crane: 20 Tons Through 44
Tons
King Power Equipment Operators Overhead, Bridge Type: 100 $69.85 7A 3K 8X View
Tons And Over
King Rawer Equipment Operators Overhead, Bridge Type: 45 $69.16 7A 3K 8X View
Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View
King P� uipment Operators Pile Driver (other Than Crane $68.55 7A 3K 8X View
Mount)
King Power Eguiprrenr Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View
King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View
King Power Equipment Operators Power Plant $65.05 7A 3K 8X View
King Power Equipment Operator IPumps - water $65.05 7A 3K 8X View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King Power Equipi'nent Oper -s Quad 9, Hd 41, D10 And Over $69.' 7A I 3K $X View
King Power Equipment 0 erators Quick Tower - No Cab, Under $65.05 7A 3K 8X View
100 Feet In Height Based To
Boom
King Power Equipment Oyerators Remote Control Operator On $69.16 7A 3K 8X View
Rubber Tired Earth Moving
Equipment
King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View
King Power Equipment Operators Rigger/Signal Person, $68.02 7A 3K 8X View
Bellman (Certified)
King Power Equipment Operators Rollagon $69.16 7A I 3K 8X View
King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View
Materials
King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View
King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View
King Power Equipment Operators Scraper, Self Propelled $68.55 7A 3K 8X View
Under 45 Yards
King Power E ui ment Operators Scrapers - Concrete £t Carry $68.02 7A 3K 8X View
All
King Power Equipment O erators Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View
Yards And Over
King Power E ui merit Operators Service Engineers - $68.02 7A 3K 8X View
Equipment
King Power Equipment Operators Shotcrete/G unite Equipment $65.05 7A 3K 8X View
King Power Equipment Operators Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View
Tractors Under 15 Metric
Tons
King Power Equipmen[ Operators Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View
Tractors: 15 To 30 Metric
Tons
King Power Equipment 0 erators Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $70.57 7A 3K 8X View
Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View
King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View
Screedman
King Power Equipment O erators Subgrader Trimmer $68.55 7A 3K 8X View
King Power Equipment Operators Tower Bucket Elevators $68.021 7A 3K 8X View
King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View
Height Base To Boom
King mower Equipment Operators Tower Crane: over 175' $70.57 7A 3K 8X View
through 250' in height, base
to boom
King Power Equipment O erators Tower Cranes: over 250' in $71.26 7A 3K 8X View
height from base to boom
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King Power Equipment= Olj2�r-a, _ Transporters, All Track Or $69.16 7A 3K 8X View
Truck Type
King slower Equipment Oceral_af's Trenching Machines $68.02 7A 3K 8X View
King Power Equipment Operators Truck Crane Oiler/driver- $68.55 7A 3K 8X View
100 Tons And Over
King Power Equipment Operators Truck Crane Oiler/Driver $68.02 7A 3K 8X View
Under 100 Tons
King Power Equipments Operators Truck Mount Portable $68.55 7A 3K 8X View
Conveyor
King Power Equipment Ooet-at. yrs Welder $69.16 7A 3K 8X View
King Power Equipment Operators Wheel Tractors, Farman $65.05 7A 3K 8X View
Type
King -ower E uiprnen� ,Drerators Yo Yo Pay Dozer $68.55 7A 3K 8X View
King Power Equipment Oper�at_gr-s- Asphalt Plant Operators $69.16 7A 3K 8X I View
Underground Sewer �, WaCer —
King Power Equipment ;3r)eraior-s- Assistant Engineer $65.051 7A 3K 8X View
Underground Sewer Et Water-
King Power Equipment Caesars- Barrier Machine (zipper) $68.55 7A 3K 8X View
Underground Sewer Et Water-
King Power Equipment Operators- Batch Plant Operator, $68.55 7A 3K 8X View
Underground Sewer a 'Nater Concrete
King Power Equipment Operatars� Bobcat $65.05 7A 3K 8X View
Underground Sewer E Water
King Prower Equipment Operators- Brokk- Remote Demolition $65.05 7A 3K 8X View
Underground Sewer ft Water Equipment
King Power Eauipmont Operators- Brooms $65.05 7A 3K 8X View
Underground Sewer & Water
King Power Equipment Operators- Bump Cutter $68.55 7A 3K 8X View
Underground ewer a 'Water
King Power Equipment Operators Cableways $69.161 7A 3K 8X View
Underground Sewer Et Water
King Poorer Equipment Operators- Chipper $68.55 7A 3K 8X View
UrldeFground Sewer Er Water — I —
King Power Equipment Operators- Compressor $65.05 7A 3K 8X View
Urnder?round Sevver Et )Nater
King Power Equipment Opera ors- Concrete Finish Machine - $65.05 7A 3K 8X View
Underground Sewer F-- Water Laser Screed
King Power Equipment O erators- Concrete Pump - Mounted Or $68.02 7A 3K _ 8X View
Underground Sewer a 'Mater- Trailer High Pressure Line
Pump, Pump High Pressure
King Power Equipment Operators- Concrete Pump: Truck Mount $69.16 7A 3K 8X View
Underground Sewer I&I Water With Boom Attachment Over
42 M
King Power Egjil menr: uperamrs- Concrete Pump: Truck Mount $68.55 7A 3K 8X View
UnderRMUnd Sewer Et Y/ater With Boom Attachment Up
To 42m
King Power Equipment Operators- Conveyors $68.02 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Cperatirs- Cranes friction: 200 tons and $71.26 7A 3K 8X View
Underground Sewer ft Water over
King $69.851 7A 3K 8X View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
Power Equipment Opp ors- Cranes: 100 tons through 199
Underground. Sewer a ..ater tons, or 150' of boom
(including jib with
attachments)
King 'ower E a.uipment Operators- Cranes: 20 Tons Through 44 $68.55 7A 3K 8X View
En er-round Sewer & 'Nater Tons With Attachments
King Power Equipment Operators- Cranes: 200 tons- 299 tons, $70.57 7A 3K r8X
View
Underground Sewer Et water or 250' of boom including jib
with attachments
King Power Equipn,,er'tt Operators= Cranes: 300 tons and over or $71.26 7A 3K View
Underground Sewer Et Water 300' of boom including jib
with attachments
King Power Egr,ipmerit Operators Cranes: 45 Tons Through 99 $69.16 7A 3K 8X View
Underground Sewer Et_Wattir. Tons, Under 159 Of Boom
(including Jib With
Attachments)
King Powcs- E-ui rnen Operators, Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View
Underground Sewe. Et Vlater And Under
King mower- Equipment Qperators Cranes: Friction cranes $70.57 7A 3K 8X View
Under round Sewer Er Water through 199 tons
King Power Equipment Operators- Cranes: through 19 tons with $68.02 7A 3K 8X View
Underground Sewer Et Water attachments, A-frame over
10 tons
King Power Equipment Operators- Crusher $68.55 7A 3K 8X View
Underground Sewer Ft 0/ater
King Power Equipment Operators- Deck Engineer/Deck Winches $68.55 7A 3K 8X View
Underground Scwf r _4 `ddatcr (power)
King Power Equiorr,ent Opera tor,- Derricks, On Building Work $69.16 7A 3K 8X View
Underground Server et Water
King Power Equi aient Operators- Dozers D-9 Et Under $68.02 7A 3K 8X View
Underground Se,,ver EL Water
King Power E-uipxnent Operators- Drill Oilers: Auger Type, $68.02 7A 3K 8X View
Underground Sewer Et Wager. Truck Or Crane Mount
u.
King Power Equipment OLeratars- Drilling Machine $69.85 7A 3K 8X View
Underground Sewer Et Water
King Power Ec uipment 'Operators- Elevator And Man-lift: $65.05 7A 3K 8X View
Underground Sewer Et Water Permanent And Shaft Type
King Power Eeluipment Operators- Finishing Machine, Bidwell $68.55 7A 3K 8X View
Undero,r?din f Sewer Et Water- And Gamaco Et Similar
Equipment
King Power Equipment Operators- Forklift: 3000 Lbs And Over $68.02 7A 3K 8X View
Underground Sewer Et `Nater With Attachments
King Power Equipment Operators- Forklifts: Under 3000 Lbs. $65.05 7A 3K 8X View
Underground Sewer Et Water With Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $68.55 7A 3K 8X I View
Underground Se�nlrr E 'later Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View
Underground S�s/er_ � UVat�er
King Power,Equipment Opera.vors- Guardrail Punch $68.55 7A 3K 8X View
Under round Sewer Et Water
King Power Equip enL 0�7eratrxs- $69.16 7A 3K 8X View
Under round_Sewer It Wac�-r
https://fortress.wa.gov/lni/wagelookup/prvWagetookup.aspx 1/27/2020
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
King Power' Equipment Operators- Hard Tail End Dump $68.55 7A 3K 8X View
Under 3r ound Sew.es & WdLer, Articulating Off-road
Equipment Under 45 Yards
King Power Erluiprnent 7peraLors- Horizontal/Directional Drill $68.02 7A 3K 8X View
Underground Sewer- ft Water Locator
King Power Equipment Onerwors- Horizontal/Directional Drill $68.55 7A 3K 8X View
Under_round Sewer & water Operator
King Power Equipment Operators- Hydralifts/Boom Trucks Over $68.02 7A 3K 8X 1 View
Undergroun! Sewer a Water 10 Tons
King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $65.05 7A 3K 8X View
Underground Sewer & Water Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. Et $69.85 7A 3K 8X View
Underground Sewer Et Water Over
King Plower Equipment Operators_ Loader, Overhead, 6 Yards. $69.16 7A 3K 8X View
Serres-Underground a 'Nater But Not Including 8 Yards
King Power Equipmene Operators- Loaders, Overhead Under 6 $68.55 7A 3K 8X View
Underground Sewer Ft 'Nater Yards
King Power E ui ment O er_itor;- Loaders, Plant Feed $68.55 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators- Loaders: Elevating Type Belt $68.02 7A 3K 8X View
Underground Sewer_a` -jter
King 'rawer Egpuigment Operators- Locomotives, All $68.55 7A 3K 8X View
r.1ndergr4L;nd ]ewer 8: )Naar
King Power E ui rnef,t Operators- Material Transfer Device $68.55 7A 3K 8X View
Underground Sever Ft `Na!_:�r
King Power Equipment Operators- Mechanics, All (leadmen - $69.85 7A 3K 8X View .
Underizraind Sewer EL Water $0.50 Per Hour Over
Mechanic)
King Power Equipment O erators- Motor Patrol Graders $69.16 7A 3K 8X View
Underground Sewer Et +dates-
King Power Equipment Operatirs Mucking Machine, Mole, $69.16 7A 3K 8X View
Underground Sewer Et Water Tunnel Drill, Boring, Road
Header And/or Shield
King Power-EciL3ipment Operators= Oil Distributors, Blower $65.05 7A 3K 8X View
Underground Sewer Et `Nater Distribution Et Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (Elevators And $68.02 7A 3K 8X View
Underground Sewer Et Water Manlifts), Air Tuggers, Strato
King Power Equi mint Operators_ Overhead, Bridge Type $68.55 7A 3K 8X View
Underground Sewer Et Water Crane: 20 Tons Through 44
Tons
King Power Equipment Operators. Overhead, Bridge Type: 100 $69.85 7A 3K 8X View
Underground Sewer 8: Water Tons And Over
King Power Equipment Operators- Overhead, Bridge Type: 45 $69.16 7A 3K 8X View
Underground Se-,r/er Et Water Tons Through 99 Tons
King Power EQUi sneit Operators, Pavement Breaker $65.05 7A 3K 8X View
Under round Sewer Et Wader
King Power Equipment Ope,ators- Pile Driver (other Than Crane $68.55 7A 3K 8X View
Underground Sewer rs °Placer Mount)
https://fortress.wa.gov/lni/wagelookup/pr-vWagelookup.aspx 1/27/2020
King Power Equipment Ope rs- Plank Oiler- Asphalt, Crusher $68.' 7A 3K 8X View
lUnder.,jr)und Sewer Et 'Natar
King Power Equipment Opera;ors- Posthole Digger, Mechanical $65.05 7A 3K 8X View
Underground Sewer' Et Water
King Power E;juipment Operators- Power Plant $65.05 7A 3K 8X View
Underground Sewer ft Water
King Power- Equiprrrent O 2e-ator;- Pumps - Water $65.05 7A 3K 8X View
Underground Sewer a Water- —
King Power Equipment Opfrators- Quad 9, Hd 41, D10And Over $69.16 7A 3K 8X View
Underground Sewer a: Water
King Power Equipment Operators- Quick Tower- No Cab, Under $65.05 7A 3K 8X View
Underground Se,,ver EL Wader` 100 Feet In Height Based To
Boom
King Power Equipment Operators- Remote Control Operator On $69.16 7A 3K 8X View
Underground Sewer Et Water Rubber Tired Earth Moving
Equipment
,King Power Equipment_Operators- Rigger and Bellman $65.05 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators- Rigger/Signal Person, $68.02 7A 3K 8X View
Underground Sewer Et Water Bellman (Certified)
King Power Equipment Operators- Rollagon $69.16 7A 3K 8X View
Underground Sewer It Water
King Power Equipment Operators- Roller, Other Than Plant Mix $65.05 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $68.02 7A 3K 8X View
Underground Sewer 8:Water Materials
King Power E^ui rner t Operators- Roto-mill, Roto-grinder $68.55 7A 3K 8X View
Underground Sewer Et Water —
King Power Equipment O erators• Saws - Concrete $68.02 7A 3K 8X View
Underground Sewer & Water
King Power Equipment Operators- Scraper, Self Propelled $68.55 7A 3K 8X View
Underground Sewer Et Water Under 45 Yards
King Power Equipment Operators- Scrapers - Concrete Et Carry $68.02 7A 3K 8X View
Underground Sewer Et Water All
King Power Equipment Operators- Scrapers, Self-propelled: 45 $69.16 7A 3K 8X View
Underground Sewer Et Water Yards And Over
King Power E ui ment Operators- Service Engineers - $68.02 7A 3K 8X View
Underground Sewer- Ft Water Equipment
King Power Equipment Operators- Shotcrete/Gunite Equipment $65.05 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators- Shovel, Excavator, Backhoe, $68.02 7A 3K 8X View
Underground Sewer & Water- Tractors Under 15 Metric
Tons
King Power Equipment Operators- Shovel, Excavator, Backhoe: $69.16 7A 3K 8X View
Underground Sewer & Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $68.55 7A 3K 8X View
Underground Sewer Et Water Tractors: 15 To 30 Metric
Tons
King Power Equipment Operatcrs- Shovel, Excavator, Backhoes: $69.85 7A 3K 8X View
Underground Sewer Et Water Over 50 Metric Tons To 90
Metric Tons
iittps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King bower Eguiom_ent Opera__ys- Shovel, Excavator, Backhoes: $70.5 7A 3K 8X View
Underground Sewer Et Water Over 90 Metric Tons
King Power Equipment O erators- Slipform Pavers $69.16 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators Spreader, Topsider Et $69.16 7A 3K 8X View
Underground Sewer £t Water Screedman
King Power Equipment Operators_ Subgrader Trimmer $68.55 7A 3K 8X I View
Underground Sewer Et Water
King Power Equipment Operators- Tower Bucket Elevators $68.02 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment. Operators- Tower Crane Up To 175' In $69.85 7A 3K 8X View
Underground Sewer Et dater Height Base To Boom
King Power Equipment Operators- Tower Crane: over 175' $70.57 7A 3K 8X View
Underground Sewer Et Water through 250' in height, base
to boom
King Power Equipment Operators- Tower Cranes: over 250' in $71.26 7A 3K 8X View
Underground Sewer Et Water height from base to boom
King Power Equipment_Operators- Transporters, All Track Or $69.16 7A 3K 8X View
Underground Sewer Et Water Truck Type
King Power Equipment Operators- Trenching Machines $68.02 7A 3K 8X View
Underground Sewer Et Water
King Power Equipment Operators- Truck Crane Oiler/driver - $68.55 7A 3K 8X View
Underground Sewer & Water 100 Tons And Over
King Power E ui merit 0 erators- Truck Crane Oiler/Driver $68.02 7A 3K 8X View
Underground Sewer Et Water Under 100 Tons
King Power Equipment 4 erators- Truck Mount Portable $68.55 7A 3K 8X View
Underground Sewer & Water Conveyor
King Power Equipment Operators Welder $69.16 7A 3K 8X View
Underground Sewer Et Water
King Power EQuipment Operators- Wheel Tractors,.Farman $65.05 7A 3K 8X View
Underground Sewer & Water Type ^
,King Power Equipment Operators- Yo Yo Pay Dozer $68.55 7A 3K 8X View
Underground Sewer Et Water
King Power Line Clearance Tree Journey Level In Charge $50.96 5A 4A View
Trimmers
King Power Line Clearance Tree Spray Person $48.35 5A 4A View
Trimmers
King Puwer Liiie Clearance Tree Tree Equipment Operator $50.96 5A 4A View
Trimmers
King Power Line Clearance Tree Tree Trimmer $45.54 5A 4A View
Trimmers II
King Power Line Clearance Tree Tree Trimmer Groundperson $34.51 5A 4A View
Trimmers
King Refrigeration Et Air Journey Level $82.51 6Z 1G View
Ccnditionin Mechanics
King Residential Brick Mason Journey Level $58.82 5A 1M 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 $46.43 7A 4C View
Apgticators
King IResidentiaL Drywall Tapers lJourney Level $47.171 1E View
https:Hfortress.wa.gov/tni/wagelookup/prvWagelookup.aspx 1/27/2020
King Residential Electrician: Journey Level $36.( 1 View
King Residential Glaziers Journey Level $44.151 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
Pi efitters
King Residential Refrigeration Et Journey Level $54.12 5A 1G View
Air Conditioning Mechanics
King Residential Sheet Metal Journey Level (Field or Shop) $51.89 7F 1R View
Workers
King Residential Soft Floor Layers Journey Level $51.071 5A 3J View
King Residential Sprinkier Fitters Journey Level $48.18 5C 2R View
(Fire Protection)
King Residential Stone Masons Journey Level $58.82 5A 1M View
King Residential Terrazzo Workers Journey Level $54.061 5A I 1M View
King Residential Terrazzo/Tile Journey Level $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 Meta(Workers Journey Level (Field or Shop) $85.881 7F 1E View
King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View
Boilermaker
King Shigbuitding Et S Re airNew Construction Carpenter $36.36 7V 1 View
King Shipbuilding, Et Ship R_ epair New Construction Crane $36.36 7V 1 View
Operator
King Shipbuilding Ft Ship Repair New Construction Electrician $36.36 7V 1 View
King Shipbuilding, Et Ship epair- New Construction Heat Et $76.61 5J 4H View
Frost Insulator
King Shilpbuilding Et Ship Repair New Construction Laborer, $36.36 7V 1 View
King Shipbuilding, Et Ship Repair New Construction Machinist $36.36 7V 1 View
King Shipbuilding Et Ship Repair- New Construction Operating $36.36 7V 1 View
Engineer
King LShipbuilding ShipbuildingEt Ship Repair New Construction Painter $36.36 7V 1 View
King Shipbuilding Et Shin Repair New Construction Pipefitter $36.36 7V 1 View
King. ShipbuildingShipbuiLding Et Ship Repair 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 Repair New Construction Shipfitter $36.36 7V 1 View
King Shilabuilding Et Sh"rp Repair New Construction $36.36 7V 1 View
Warehouse/Teamster
King Shipbuilding Et Ship Re ai€ New Construction Welder / $36.36 7V 1 View
Burner
King Shipbuilding Et Ship Repair Ship Repair Boilermaker $46.15 7X 4J View
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King SNpbuitdin¢ Et Ship Ref- Ship Repair Carpenter $44.5 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View
King Shipbuilding_k_Shi RP air Ship Repair Electrician $46.15 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $76.61 5.1 4H View
Insulator
King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4.1 View
King Shipbuilding Et Ship Repair Ship Repair Machinist $46.15 7X 4.1 View
King Shipbuilding Et Ship Repair Ship Repair Operating $45.06 7Y 4K View
Engineer
King Shipbuilding Et Ship Repair Ship Repair Painter $46.151 7X 4.1 View
King Shipbuitding EEt_Shp Repair Ship Repair Pipefitter $46.151 7X 4.1 View
King Shipbuilding Et Ship Repair Ship Repair Rigger $46.15 7X 4J i View
King Shipbuilding Et. Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View
King ah it�building Et Ship Repair Ship Repair Shipwright $44.95 7X 4.1 View
King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View
Teamster
King Sign Makers Et Instatle_rs Journey Level $50.90 0 1 View
f Electrical)
King Sign Makers Et Installers Journey Level $31.52 0 1 View.
Non-Electrical
King Soft Ftoor Layers Journey Level $51.07 5A 3J View
King Solar Controls For Windows Journey Level $13.50 1 View
King Sprinkler Fitters (Fire Journey Level $81.39 5C 1X View
Protection)
King Stage Rigging Mechanics (Non Journey Level $13.50 1 View
Structural)
King Stone Masons Journey Level $58.82 5A 2View
King Street and Parking i_ot Journey Level $19.09 1 View
Sweeper Workers
King Surveyors Assistant Construction Site $68.02 7A 3K 8X View
Surveyor
King Surveyors Chainman $65.05 7A I 3K 8X View
King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View
King Telecommunication Journey Level $51.07 7E 1E View
Technicians
King Telephone Line Construction Cable Splicer $41.81 5A 2B View
- Outside
King Telephone Line Construction Hole Digger/Ground Person $23.53 5A 2B View
- Outside
;King Telephone Line Construction Installer (Repairer) $40.09 5A 2B View
- Outside
King Telephone tine Construction Special Aparatus Installer 1 $41.81 5A 2B View
- Outside
King Tetephone Line Construction Special Apparatus Installer II $40.99 5A 2B View
- Outside
King Telephone Line Construction Telephone Equipment $41.81 5A 2B View
- Outside Operator (Heavy)
King Telephone Line Construction_ Telephone Equipment $38.92 5A 2B View
Outside Operator (Light)
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
King [,--tept,one Lime Const- on Tetephone Lineperson $38.' 5A 2B View
Outside
King Telephone Line Construction Television Groundperson $22.32 5A � 2B View
- Outside
King Telephone_Ure 'Construction Television $29.60 5A 2B View
- Outside Lineperson/Installer
King Telephone Line Construction Television System Technician $35.20 5A 2B I View
- Outside
King Telephone line Construction Television Technician $31.67 5A 2B View
- Outside
King Teleahone Line Construction Tree Trimmer $38.92 5A 2B View
- Outside
Kina Terrazzo Workers Journey Level $54.06SA 1M View
Ding Tile Setters Journey Level $54.06 5A 1M View
;King Tile. Marbie a._Terrazzo Finisher $44.89 5A 1B View
Finishers
King Traffic Control SLijp-e s Journey Level $47.68 7A 1K View
King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View
King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View
King Truck Drivers Dump Truck $60.75 5D 4Y 8L View
King Truck Drivers Dump Truck Et Trailer $61.59 5D 4Y 8L View
King Truck Drivers Other Trucks $61.59 5D 4Y 8L View
King ITruck Drivers - Ready AX Transit Mix $61.59 5D 4Y 8L View
King Neil Drillers a Irrigation (Irrigation Pump Installer $17.71 1 View
Pump lnstaliars J
King Well Drillers Ft Irri ation Oiler $13.50 1 View
Pump Installers �
King Well Drillers_a lr'.igatron Well Driller $18.00 1 View
Pump instaltvrs
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/27/2020
EXHIBIT "J"
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, 2020 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)
(***PROJECT-SPECIFIC SPECIAL PROVISION***)
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
WSDOT Standard Plans
City of Federal Way Public Works Development Standards
National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SPA
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 2020-2021 Neighborhood Traffic Safety
(NTS) Program and other work, all in accordance with the attached Contract Plans, these
Contract Provisions, and the Standard Specifications.
1-01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
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."
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-2
CFW SPECIAL PROVISIONS VER. 2019.12
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for"Contract."
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-3
CFW SPECIAL PROVISIONS VER. 2019.12
1-02 BID PROCEDURES AND !20NDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified
to be awarded a public works project.
1-02.2 Plans and S ecifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids)for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
Reduced Plans (11" x 17") 1 Furnished automatically upon award.
Contract Provisions 1 Furnished automatically upon award.
Large Plans (e.g., 22" x 34") 1 Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans, Specifications, and Site Work
(June 27, 2011 APWA GSP)
1-02.4(1) General
(August 15, 2016 APWA GSP, Option B)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their Bids.
1-02.4(2) Subsurface Information
(March S, 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:
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-4
CFW SPECIAL PROVISIONS VER. 2019.12
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/MNVBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.6 Preparation of Proposal
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if any
UDBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any UDBE requirements are to be satisfied through such an
agreement.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-5
CFW SPECIAL PROVISIONS VER. 2019.12
Add the following new section:
1-02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
1-02.7 Bid De osit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 DeliveEy of Proposal
(May 17, 2018 APWA GSP, OPTION A)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery be considered responsive on a FHWA-funded project, the Bidder may be
required to submit the following items, as required by Section 1-02.6:
• UDBE Written Confirmation Document from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification (WSDOT 272-056U)
• Good Faith Effort (GFE) Documentation
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 24 hours (not
including Saturdays, Sundays and Holidays) after the time for delivery of the Bid
Proposal.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-6
CFW SPECIAL PROVISIONS VER. 2019.12
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, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(June 20, 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;
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-7
CFW SPECIAL PROVISIONS VER. 2019.12
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;
i The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
I. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance., both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-8
CFW SPECIAL PROVISIONS VER. 2019.12
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
shah also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub-tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-9
CFW SPECIAL PROVISIONS VER. 2019.12
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause/Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-10
CFW SPECIAL PROVISIONS VER. 2019.12
information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental
criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency
which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
Responsibility Criteria may make or submit requests to the Contracting Agency to modify
the criteria. Such requests shall be in writing, describe the nature of the concerns, and
propose specific modifications to the criteria. Bidders shall submit such requests to the
Contracting Agency no later than five (5) business days prior to the bid submittal
deadline and address the request to the Project Engineer or such other person
designated by the Contracting Agency in the Bid Documents.
1-03 AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APINA 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 SLIM price is less than the minimum specified amount, the
Contracting Agency will unilaterally revise the unit or lump sum rice. 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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SPA
CFW SPECIAL PROVISIONS VER. 2019.12
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie-breaker will be the Bidder with an equal lowest bid. that proposed to use the
highest percentage of recycled materials in the Project, per the form submitted with the
Bid Proposal. If those percentages are also exactly eaual, then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner' will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly eaUal
to the highest proposed recycled materials amount, are eligible to draw.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions. including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractorwill be determined by the
Contracting Aggncy_.
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:
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-12
CFW SPECIAL PROVISIONS VER. 2019.12
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
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 projert 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
(November 30, 2018 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 36.01.050 shall control
venue and jurisdiction.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-13
CFW SPECIAL PROVISIONS VER. 2019.12
(April 12, 2019 CFW 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. Contract,
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Bid Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Amendments to the Standard Specifications,
8. Standard Specifications,
9. Contracting Agency's Standard Plans or Details (if any), and
10. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
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:
Contractor Surveying -ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all
alignment stakes, and grades necessary for the construction of the ADA features.
Calculations, surveying, and measuring required for setting and maintaining the
necessary lines and grades shall be the Contractor's responsibility. The
Contractor shall build the ADA features within the specifications in the Standard
Plans and contract documents.
ADA Feature As-Built Measurements
The Contractor shall be responsible for providing electronic As-Built records of all
ADA feature improvements completed in the Contract.
The survey work shall include but not be limited to completing the
measurements, recording the required measurements and completing other data
fill-ins found on the ADA Measurement Forms, and transmitting the electronic
Forms to the Engineer. The ADA Measurement Forms are found at the following
website location:
http://www.wsdot.wa.gov/Design/ADAGuidance.htm
In the instance where an ADA Feature does not meet accessibility requirements,
all work to replace non-conforming work and then to measure, record the as-built
measurements, and transmit the electronic Forms to the Engineer shall be
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-14
CFW SPECIAL PROVISIONS VER. 2019.12
completed at no additional cost to the Contracting Agency, as ordered by the
Engineer.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for
all the Work as specified.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or damages
with respect to the Contractor's failure to perform the work as required.
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SPA
CFW SPECIAL PROVISIONS VER. 2019.12
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.
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-16
CFW SPECIAL PROVISIONS VER. 2019.12
physically complete. That date shall constitute the Physical Completion Date of the
Contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the Contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing
and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(April 12, 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the
following:
Final acceptance date of the work shall be the date the Federal Way City Council
accepts the project as complete.
Add the following new section.
1-05.120) One-Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's
notice. In case of an emergency, where damage may result from delay or where
loss of services may result, such corrections may be made by the Contracting
Agency's own forces or another contractor, In which case the cost of corrections
shall be paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished
and the cost of same shall be paid by the Contractor.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-17
CFW SPECIAL PROVISIONS VER. 2019.12
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
'1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
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 dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not 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.
1-05.18 Contractor's Daily Mary
(April 12, 2018 CFW GSP)
Section 1-05.18 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. The diary must be kept and maintained by the
Contractor's designated project superintendent. Entries must be made on a daily basis
and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
The day and date.
® The weather conditions, including changes throughout the day.
® A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contract, Owner, or any third party in any manner.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SPA 8
CFW SPECIAL PROVISIONS VER. 2019.12
• Listing of any materials received and stored on or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
• Listing of materials installed during each day.
• List of all subcontractors working on-site during each day.
• Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake-out, and all other services
furnished to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non-work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
• Summary of total number of working days to date, and total number of delay
days to date.
The Contractor's designated project superintendent must sign the diary at the end of
each working day. The Contractor must provide a copy of the diary to the Owner and the
Engineer each morning for the preceding workday.All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. The daily diary
maintained by the Contractor does not constitute the official record of the project. The
official record of the project is prepared and maintained exclusively by the engineer.
1-05.19 Defects Arising in One Year and Remedies
(February 15, 2019 CFW GSP)
Section 1-05.19 is a new section:
The Contractor shall, at its own sole cost and expense, be responsible for correcting all
defects in workmanship and material discovered 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.
Conducting of tests and inspections, review of specifications or plans, payment for
goods or services, or acceptance by the City does not constitute waiver, modification, or
exclusion of any express or implied warranty or any right under law. This warranty shall
survive termination of this Contract.
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SPA 9
CFW SPECIAL PROVISIONS VER. 2019.12
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. This warranty may
also extend beyond the one year time period pursuant to any other warranties specified
in the Special Provisions, Contract Plans, other parts of the Contract Documents, or
incorporated by this reference.
1-06 CONTROL OF MATERIAL
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.
1-06.7 Hazardous Chemicals
(April 12, 2019 CFW GSP)
Section 1-06.7 is a new section:
In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
containing any toxic products that may be harmful to the end user. The MSDS Sheet is
to accompany the toxic product(s) to the specified delivery sites.
Include the following in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-20
CFW SPECIAL PROVISIONS VER. 2019.12
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(April 12, 2019 CFW GSP)
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 5 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-21
CFW SPECIAL PROVISIONS VER. 2019.12
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.
1-07.2 State Taxes
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract-related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax— Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(2) State Sales Tax— Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-22
CFW SPECIAL PROVISIONS VER. 2019.12
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit Bid
item prices, or in any other Contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or 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).
1-07.6 Permits and Licenses
(April 12, 2018 CFW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained on the DNR Public Land Survey Office website. The permit application must be
stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9(5) Required Documents
Section 1-07.9(5) is revised to read
(January 6, 2020, WSDOT GSP, OPT 1)
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-23
CFW SPECIAL PROVISIONS VER. 2019.12
General
All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and 3 Certified
Payrolls, including a signed Statement of Compliance for Federal-aid 4 projects, shall be
submitted to the Engineer using the State L&I online Prevailing 5 Wage Intent &Affidavit (PWIA)
system.
Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the
Contractor shall 9 submit to the Engineer the following for themselves and for each firm covered
10 under RCW 39.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-
029-000. The Contracting Agency will make no payment under this Contract until this statement
has been approved by State L&I and reviewed by the Engineer.
2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form number F700-007-000.
The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for
the Contractor and all Subcontractors have been received by the Engineer. The Contracting
Agency will not release to the Contractor any funds retained under RCW 22 60.28.011 until
"Affidavit of Prevailing Wages Paid"forms have been approved by State L&I and all of the
approved forms have been submitted to the Engineer for every firm that worked on the
Contract.
The Contractor is responsible for requesting these forms from State L&I and for paying any
fees required by State L&I.
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all
Federal-aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines,
any or all payments may be withheld until compliance is achieved. In addition, failure to provide
these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or
Federal regulations (29 CFR 5.12).
1-07.13 Contractor's Responsibility for Work
1-117.13(4) Repair of Damage
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in
accordance with Section 1-04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-24
CFW SPECIAL PROVISIONS VER. 2019.12
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience.
UTILITY CONTACTS
Puget Sound Energy Century Link
Attn: Jason Airey Attn: Tanaiya Anderson
3130 S 38th St 23315 66th Ave S
Tacoma, WA 98409 Kent, WA 98032
Telephone: (206) 348-9637 Telephone: (253) 313-8961
Lakehaven Water & Sewer District Comcast
Attn: Wes Hill Attn: Aaron Cantrell
31627 1 St Avenue S 4020 Auburn Way North
Federal Way, WA 98003 Auburn, WA 98002
Telephone: (253)946-5440 Telephone: (253) 864-4281
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-25
CFW SPECIAL PROVISIONS VER. 2019.12
81270 6th Ave S, Bldg 2 31617 1 st 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
(for officer traffic control scheduling) Telephone: (253) 945-5960
Telephone: (253) 835-6767
(for traffic/ road closure issues)
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A-: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-26
CFW SPECIAL PROVISIONS VER. 2019.12
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
• The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
• Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above-listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-27
CFW SPECIAL PROVISIONS VER. 2019.12
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work. Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements—actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products-completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-28
CFW SPECIAL PROVISIONS VER. 2019.12
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offense
$1,000,000 Stop Gap / Employers' Liability each Accident
1-07.18(5)6 Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liabili#y
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves
the overall required limits of insurance.
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:
1. Contractor's operations related to this project.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-29
CFW SPECIAL PROVISIONS VER. 2019.12
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.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safe
1-07.23(1) Construction under Traffic
(January 2, 2012 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
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 15
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-30
CFW SPECIAL PROVISIONS VER. 2019.12
45 to 55 mph 20
60 mph or greater 30
*or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Only one lane of traffic may be closed to traffic between the hours of
8:30AM and 3:30PM.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• 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.
• Working at night (8pm to 7am weekdays, 8 pm-9am weekends &
holidays) is not mandated by the City. Should the contractor schedule
project work during nighttime hours, it shall be the Contractor's
responsibility to obtain any required noise variance or exemption for such
work.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
• 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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-31
CFW SPECIAL PROVISIONS VER. 2019.12
• 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.
• 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
• The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets,
alleys, sidewalks and driveways. Notifications should be at least 48 hours
in advance of closures, if possible.
• 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 buses 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-32
CFW SPECIAL PROVISIONS VER. 2019.12
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, 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.
1-07.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-33
CFW SPECIAL PROVISIONS VER. 2019.12
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 PROSECUTION 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
3. A list of material sources for approval if applicable.
1-08.0(2) Flours 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-34
CFW SPECIAL PROVISIONS VER. 2019.12
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
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.
1-08.1 Subcontracting
(May 30, 2019 APWA GSR OPTION B)
Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...".
1-08.3 Progress Schedule
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-35
CFW SPECIAL PROVISIONS VER. 2019.12
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
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(November 30, 2018 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a daV and 4 days a week (a 4-10
schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily
be charged as a working day then the fifth day of that week will be charged as a working
day whether or not the Contractor works on that daV.
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-36
CFW SPECIAL PROVISIONS VER. 2019.12
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days
from the date of receipt of the Notice of Termination by Ecology; and
no rejection of the Notice of Termination by Ecology. This
requirement will not apply if the Construction Stormwater General
Permit is transferred back to the Contracting Agency in accordance
with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 20 working days.
1-08.9 Liquidated Damages
(December 2, 2019 WSDOT GSP, OPTION 3)
Section 1-08.9 is revised to read:
Time is of the essence of the Contract. Delays inconvenience the traveling public,
obstruct traffic, interfere with and delay commerce, and increase risk to Highway users.
Delays also cost tax payers undue sums of money, adding time needed for
administration, engineering, inspection, and supervision.
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount of$550.00 for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to the extent that the Contracting Agency has
full use and benefit of the facilities, both from the operational and safety standpoint, all
the initial plantings are completed and only minor incidental Work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair
remains to physically complete the total Contract, the Engineer may determine the
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-37
CFW SPECIAL PROVISIONS VER. 2019.12
Contract Work is substantially complete. The Engineer will notify the Contractor in
writing of the Substantial Completion Date. For overruns in Contract time occurring after
the date so established, 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 Engineer, the Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
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 the entire Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scalernan's
Daily Report Form The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket-
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion. the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
access and personnel parking spaces, and other general operations shall be the
responsibility of the Contractor. The Contactor will be responsible for maintaining these
spaces in a safe and orderly condition throughout the duration of the project. The
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-38
CFW SPECIAL PROVISIONS VER. 2019.12
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 be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump
sum breakdown for that item, or absent such a breakdown, based on the
Engineer's determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-39
CFW SPECIAL PROVISIONS VER. 2019.12
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.
1-09.11 DiSPLItes and Claims
(September 3, 2019 WSDOT GSP)
Sections 1-09.11 through 1-09.11(1)B are replaced with the following:
Disputes and Claims
When protests occur during a Contract, the Contractor shall pursue resolution through
the Engineer in accordance with Section 1-04.5. Unless noted otherwise in the
specifications, compliance with all the requirements of Section 1-04.5 is a condition
precedent to initiating any action pursuant to these Special Provisions.
If the negotiations using the procedures outlined in Section 1-04.5 fail to provide
satisfactory resolution of the protest, then the Contractor shall provide the Engineer with
written notification of dispute stating that the Contractor will continue to pursue the
dispute in accordance with the provisions of these Special Provisions. The written
notification of dispute shall be provided within 14 calendar days after receipt of the
Engineer's written determination that the Contractor's protest is invalid pursuant to
Section 1-04.5. Should the Contractor not provide written notification of dispute within
the designated time period, the Contractor shall be deemed to have waived any right to
pursue the protest further and the matter shall be considered resolved.
When the Proposal Form includes the Bid item "Disputes Review Board", unresolved
protests shall be subject to the Disputes Review Board subsection of this Special
Provision. Either party, Engineer or Contractor, may refer a matter in dispute to the
Disputes Review Board. Compliance with the requirements of the Disputes Review
Board subsection of this Special Provision is a condition precedent to any further right of
the Contractor to pursue the dispute either by certified claim or litigation/arbitration.
When the Proposal Form does not include the Bid item "Disputes Review Board", the
Contractor's written notification of dispute shall indicate whether the Contractor is
requesting to resolve the dispute through the use of a Disputes Review Board as
outlined in the Disputes Review Board section of this Special Provision, or will submit a
formal certified claim directly to the Engineer pursuant to Section 1-09.11(2). If the
Contractor requests a Disputes Review Board, the Engineer will notify the Contractor in
writing within 7 calendar days of receipt of the request whether the request is
acceptable. If both parties to the dispute agree to use a Disputes Review Board, then a
pay item "Disputes Review Board" will be added to the Contract by change order and the
dispute will be subject to the provisions of the Disputes Review Board subsection of
this Special Provision. If the parties do not agree to establish a Disputes Review Board
or the Contractor does not request a Disputes Review Board in its written notification of
dispute, the Contractor shall comply with the provisions of Section 1-09.11(2).
Regardless of any protest or dispute, the Contractor shall proceed promptly with the
Work as the Engineer orders.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-40
CFW SPECIAL PROVISIONS VER. 2019.12
Disputes Review Board
The procedures set forth in these Special Provisions shall only apply when the
Contract includes the pay item "Disputes Review Board".
Disputes Review Board— General
In order to assist in the resolution of dispute(s) between the Contracting
Agency and the Contractor arising out of the work of this Contract, a
Disputes Review Board, hereinafter called the "Board", will consider
disputes referred to it and furnish written recommendations to the
Contracting Agency and Contractor to assist in resolution of the
dispute(s). The purpose of the Board response to such issues is to
provide nonbinding findings and recommendations designed to expose
the disputing parties to an independent view of the dispute.
Disputes Eligible for Consideration by the Disputes Review Board
The Board shall consider and provide written recommendations
concerning the following disputes:
1. Interpretation of the Contract.
2. Entitlement to additional compensation and/or time for
completion.
3. Other subjects mutually agreed by the Contracting Agency and
Contractor to be a Board issue.
Board Member Qualifications
The following definitions apply for the purpose of setting forth experience
and disclosure requirements for Board members.
Financial ties - any ownership interest, loans, receivables or
payables.
Party directly involved -The Contracting Agency or Contractor of
this Contract.
Party indirectly involved - The firms associated with the
Contractor on this Contract, including joint venture partners,
subcontractors of any tier, and suppliers; and firms associated
with the Contractor or the Contracting Agency on this Contract,
such as designers, architects, engineers, or other professional
service firms or consultants.
The Board members shall
1. Be experienced in the interpretation of construction contract
documents.
2_ Have attended training by the Dispute Resolution Board
Foundation in dispute resolution within the last five years.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-41
CFW SPECIAL PROVISIONS VER. 2019.12
3. Be experienced in construction Contract dispute resolution for
an owner or Contractor at the level of having responsibility
and authority to settle disputes.
4. Be able to discharge their responsibilities impartially and
independently, considering the facts and conditions related to
the matters under consideration in strict compliance with the
provisions of the Contract.
5. Not be a current employee of any party directly or indirectly
involved.
6. Not have been an employee of any party directly or indirectly
involved with the Project within a period of one year of the
Contract Execution date.
7. Not have a financial interest in the Contract except for
payments for services on the Board.
Board Member Ongoing Responsibilities
While serving on the Disputes Review Board on this project:
1. Board members shall not participate in any discussion
contemplating the creation of an agreement or making an
agreement with any party directly or indirectly involved in the
Contract regarding employment or fee-based consulting
services, or any other business arrangement after the
Contract is completed.
2. Board members shall not officially give any advice to either
party. The individual members will act in a completely
independent manner and will have no consulting or business
connections with either party, except for payments for
services on the Board.
3. During routine meetings of the Board as well as during formal
hearings, Board members shall refrain from expressing
opinions on the merits of statements on matters under dispute
or potential dispute. Opinions of Board members expressed in
private sessions with other Board members should be kept
strictly confidential.
4. The Board shall comply with the terms of the Contract and
enforce such terms consistent with the laws of the State of
Washington. Board members shall not supplant or otherwise
interfere with the respective rights, authorities, duties and
obligations of the parties as defined in the Contract. In making
its recommendations, the Board shall not make a
recommendation that ignores, disregards, or undermines the
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-42
CFW SPECIAL PROVISIONS VER.2019.12
intention, requirements, or allocation of risk, established by the
Contract.
5. Throughout the life of the Contract, if Board members become
aware of potential conflicts of interest, they shall be disclosed to
the parties immediately.
Establishment of the Board
The Contracting Agency and Contractor shall meet prior to the start of
Contract time to jointly select three Board nominees. If the pay item,
"Disputes Review Board" is added by change order, the Contracting
Agency and Contractor shall meet to select Board nominees after the
change order is processed.
The Contracting Agency and the Contractor shall provide to the Board
nominees a list of the firms directly and indirectly involved with the
Project, including, but not limited to designers, architects, engineers,
professional service firms, consultants, JV partners, subcontractors and
suppliers, along with a listing of key personnel of each.
Board nominees shall provide to the Contractor and Contracting Agency
the following information within 21 calendar days of nomination. Board
nominees that are included on the Washington State Department of
Transportation "Statewide Prequalified DRB Candidate Roster" will not be
required to submit resumes.
1. Resume showing:
a. Full name and contact information
b. Experience qualifying the person as a Board member as
outlined in the Board Member Qualifications
subsection of this Special Provision.
c. Previous Board participation, if any. List each Board
assignment separately, indicating the name and location
of the project, approximate dates of Board service, name
of Contracting Agency, name of Contractor, names of the
other Board members and the approximate number of
disputes heard. When previous Board experience is
extensive, the list may be truncated at the prospective
Board member's discretion.
2. Disclosure statement addressing the following:
a. Previous or current direct employment by one of the
parties directly or indirectly involved.
b. Previous or current engagement as a consultant to any
party directly or indirectly involved - by the prospective
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-43
CFW SPECIAL PROVISIONS VER. 2019.12
Board member or by the firm to which the prospective
Board member is directly employed.
c. Previous, current, or future financial ties to any of the
parties directly or indirectly involved.
d. Previous or current personal or professional relationships
with a key member of any party directly or indirectly
involved.
e. Previous and current service as a Board member on
projects where any of the parties directly or indirectly
involved in this Contract were also involved.
f. Any prior involvement in this project.
Within 14 calendar days of receiving the resumes and disclosure
statements from the Board nominees, the Contracting Agency and the
Contractor shall review and jointly agree on the final selection of the three
members to serve on the Board. In the event that any of the three
nominees are not acceptable to either party, the process shall be
repeated until all positions are filled.
The Contracting Agency, the Contractor, and the Board shall execute the
Three-Party Agreement not later than the first Board meeting. The Three-
Party Agreement form (WSDOT Form 134-091) is available online at
WSDOT Electronic Forms webpage.
The Board shall determine and notify the parties which Board member will
act as the Board chair.
Disputes Review Board Candidates
The qualifications of some potential Board members have been
reviewed and deemed potentially acceptable by the Washington
State Department of Transportation (WSDOT). This list of potential
Board members, Statewide Prequalified DRB Candidate Roster, is
available from the WSDOT Headquarters Construction Office
website at
https://www.wsdot.wa.gov/business/construction/dispute-review-
boards. Either party may propose a Board nominee that is not on
the WSDOT list. In either case, Board nominees must comply with
the requirements of the Board Member Qualifications, Board
Member Ongoing Responsibilities, and Establishment of the
Board subsection of this Special Provision, and every Board
member must be deemed acceptable by both the Contracting
Agency and the Contractor.
Replacement or Termination of a Board Member
Procedures for terminating Board members are defined in The
Three-Party Agreement.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-44
CFW SPECIAL PROVISIONS VER. 2019.12
Disputes Review Board Procedures — General
The Board, Contracting Agency, and Contractor may mutually develop
rules of operation of the Board that supplement the Three-Party
Agreement. Such supplemental rules must be in writing and accepted by
the Board, Contracting Agency, and Contractor.
The Board members shall act impartially and independently in the
consideration of facts and conditions surrounding any dispute presented
by the Contracting Agency or the Contractor and that the
recommendations concerning any such dispute are advisory.
The Contracting Agency and the Contractor shall furnish to the Board
documents in accordance with the Three-Party Agreement.
Regular Disputes Review Board Meetings
All regular Board meetings will be held at or near the job site. The
frequency of regular meetings will be set by mutual agreement of the
Board, the Contracting Agency and the Contractor. Each regular meeting
is expected to consist of a round table discussion and a field inspection of
the project site. A member of the Contracting Agency and Contractor are
expected to jointly facilitate the round table discussion. Round table
discussion attendees are expected to include selected personnel from the
Contracting Agency and the Contractor. The agenda for each meeting will
be managed by the Board.
Standard Procedure for Consideration of Disputes
Dispute Referral
Disputes shall be referred in writing to the Board chair with a copy
concurrently provided to the other Board members and the other
party.
1. The dispute referral shall concisely define the nature
and specifics of the dispute that is proposed to be
considered by the Board and the scope of the
recommendation requested. This referral is not
expected to contain a mutually agreed upon statement
of the dispute.
2. The Board chair shall confer with the parties to
establish a briefing schedule for delivering prehearing
submittals/rebuttals, and a date, time, and location for
convening the Board for a hearing.
Pre-Hearing Submittal
1. The Contracting Agency and the Contractor shall each
prepare a pre-hearing submittal and transmit both a hard
copy and an electronic copy of it to all three members of the
Board and the other party. The pre-hearing submittal,
comprising a position paper with such backup data as is
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-45
CFW SPECIAL PROVISIONS VER. 2019.12
referenced in the position paper, shall be tabbed, indexed,
and the pages consecutively numbered.
2. Both position papers shall, at a minimum, contain the
following:
a. A mutually agreed upon joint statement of the dispute
and the scope of the desired report being requested of
the Board, placed at the beginning of the papers. The
language of this joint statement shall summarize in a
few sentences the nature of the dispute. If the parties
are unable to agree on the wording of the joint
statement of dispute, each party's position paper shall
contain both statements, and identify the party
authoring each statement.
b. The basis and justification for the party's position, with
reference to Contract language and other supporting
documents for each element of the dispute. In order to
minimize duplication and repetitiveness, the parties
may identify a common set of documents that will be
referred to by both parties, and submit them in a
separate package.
3. If requested by the Board or either party, the Contracting
Agency and the Contractor shall each prepare and submit a
rebuttal paper in response the position paper of the other
party.
4. The number of copies, distribution requirements, and time for
submittal will be established by the Board and communicated
to the parties by the Board chair.
Disputes Review Board Hearing
1. The Contracting Agency will arrange for or provide hearing
facilities at or near the project site.
2. Attendance:
a. The Contracting Agency and the Contractor will have
a representative at all hearings.
b. The Contracting Agency and Contractor shall both
limit attendance at the hearing to personnel directly
involved in the dispute and participants in the good-
faith negotiations that were conducted prior to
submittal to the Board except as noted elsewhere in
this section.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-46
CFW SPECIAL PROVISIONS VER. 2019.12
c. At least 14 calendar days before the hearing, each
party shall provide a list of proposed attendees to the
Board and to the other party. In the event of any
disagreement, the Board shall make the final
determination as to who attends the hearing.
d. Attorneys shall not attend hearings except as follows:
i. Attorneys are identified as such on the list of
proposed attendees;
ii. All parties desiring their attorney present are able
to do so.
iii. Attorneys shall not participate in the hearing,
unless the scope and extent of Attorney
participation is mutually agreed to by the
Contracting Agency, Contractor and the Board at
least 7 calendar days before the hearing.
e. For hearings regarding disputes involving a
Subcontractor, the Contractor shall require and ensure
that each Subcontractor involved in the dispute have
present an authorized representative with actual
knowledge of the facts underlying the Subcontractor
disputes.
3. A party furnishing written evidence or documentation of any
kind to the Board must furnish copies of such information to
the other party and the Board a minimum of 21 calendar days
prior to the date the Board sets to convene the hearing for the
dispute, unless otherwise mutually agreed to by the parties
and the Board. Either party shall produce such additional
evidence as the Board may deem necessary and furnish
copies to the other party prior to submittal to the Board.
4. The conduct of the hearing shall be established by the Board
and be generally consistent with the following guidelines:
a. The party who referred the dispute to the Board shall
present first, followed by the other party.
b. To assure each party a full and adequate opportunity
to present their position, both parties shall be allowed
successive rebuttals and to rebut the opposing party's
position until, in the Board's opinion, all aspects of the
dispute have been fully and fairly covered.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-47
CFW SPECIAL PROVISIONS VER. 2019.12
c. The Board shall be fully prepared to, and may at any
time, ask questions, request clarifications, or ask for
additional data, documents, and/or job records.
d. Either party may request that the Board direct a
question to, or request a clarification from the other
party. The Board shall determine at what point in the
proceedings such requests may be made and if they
will be granted. In general, the Board will not allow
one party to be questioned directly by the other party.
e. In difficult or complex cases, additional hearings may
be necessary to facilitate full consideration and
understanding of the dispute.
f. The Board, in its discretion, may allow introduction of
arguments, exhibits, handouts, or documentary
evidence that were not included in that party's
prehearing position paper or rebuttal and have not
been previously submitted to the other party. In such
cases the other party will be granted time to review
and prepare a rebuttal to the new material, which may
require a continuation of the hearing.
5. After the hearing is concluded, the Board shall meet in private
and reach a conclusion supported by two or more members.
Its findings and recommendations, together with its reasons
shall then be submitted as a written report to both parties.
The recommendations shall be based on the pertinent
Contract provisions, facts, and circumstances involved in the
dispute. The Contract shall be interpreted and construed in
accordance with the laws of the State of Washington.
Failure to Prepare a Pre-Hearing Submittal or Attend a
Hearing
In the event that either party fails to deliver a pre-hearing submittal
by the date established by the Board, the Board shall, at its
discretion, determine whether the hearing shall proceed as
originally scheduled, or allow additional time for the submittal
and/or reschedule the hearing. On the final date and time
established for the hearing, the Board shall proceed with the
hearing utilizing the information that has been submitted.
In the event that representatives of either the Contracting Agency
or the Contractor fail to appear at the appointed time of a hearing,
the Board shall postpone the hearing until such time as
representatives from both parties are available to proceed with the
hearing.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-48
CFW SPECIAL PROVISIONS VER. 2019.12
Use of Outside Experts
1. By the Contracting Agency or the Contractor:
a. A party intending to offer an outside expert's analysis
at the hearing shall notify the other party and the
Board in writing no less than 30 calendar days prior to
the due date for delivering the pre-hearing submittal,
and provide the following disclosure:
i. The expert's name and a general statement of
the area of the dispute that will be covered by his
or her testimony.
ii. A statement prepared by the proposed expert
which addresses the requirements of the
Establishment of the Board subsection of this
Special Provision, item 2.
iii. A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
b. Upon receipt of the disclosure, the other party shall
have the opportunity to secure the services of an
outside expert to address or respond to those issues
that may be raised by the other party's outside expert.
The notification and disclosure requirement shall be
the same as that specified elsewhere in this section,
except the time requirement is 21 calendar days.
2. By the Board:
a. When requested by the Board and subject to approval
of the parties, outside experts may be needed to
assist the Board. In such cases, the outside expert
shall in no way be deemed authorized to usurp the
Board's authority to issue the Board
recommendations. Such authority shall remain vested
solely in the Board.
b. Prior to arranging for outside experts, the Board shall
obtain prior approval from the Contracting Agency and
the Contractor by providing:
i. A statement explaining why the expert assistance
is needed.
ii. An estimate of the cost of the expert assistance.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-49
CFW SPECIAL PROVISIONS VER. 2019.12
iii. The expert's name and a general statement of
the area of expertise they will provide.
iv. A statement prepared by the proposed expert
which addresses the requirements of the
Establishment of the Board subsection of this
Special Provision, item 2.
v. A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
vi. A confidentiality statement, consistent with the
confidentiality obligations of the Board described
in the Three Party Agreement, executed by the
proposed expert.
Disputes Review Board Report
The Board's recommendations shall be formalized in a written
report signed by all Board members. The recommendations shall
be based on the Contract Provisions and the facts and
circumstances involved in the dispute. The report should include a
description of the dispute, statements of each party's position,
findings as to the facts of the dispute, discussion and rationale for
the recommendation(s), and the recommendation(s). The report
shall be submitted concurrently to the parties, as soon as possible
after completion of the hearing as agreed by all parties.
Either party may request clarification of a report within 14 calendar
days following receipt of the report. Within a reasonable period of
time, the Board shall provide written clarification to both parties.
Requests for clarification shall be submitted in writing
simultaneously to the Board and the other party.
Either party may request reconsideration of a report, provided:
1. The request is made within 14 calendar days following
receipt of the report, and
2. New information is obtained or developed that was not
known at the time of the hearing or, in the party's
opinion, the Board misunderstood or failed to consider
pertinent facts of the dispute.
Requests for reconsideration shall be submitted in writing
simultaneously to the Board and the other party. The Board shall
give the party not requesting reconsideration the option of
submitting a rebuttal to any information that is the basis of the
request for reconsideration. The Board shall provide a written
response to the request for reconsideration.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-50
CFW SPECIAL PROVISIONS VER. 2019.12
Acceptance of Disputes Review Board Recommendations
Within 30 calendar days of receiving the Board's report, or within
14 calendar days of receiving the Board's written clarification
and/or reconsideration, both the Contracting Agency and the
Contractor shall respond to the other in writing signifying that the
dispute is either resolved or remains unresolved. Although both
parties should place weight upon the Board recommendations, the
recommendations are not binding.
If the Board's assistance does not lead to resolution of the dispute,
the Contractor must file a claim according to Section 1-09.11(2)
before seeking any form of judicial relief.
In the event the Board's recommendations do not lead to
resolution of the dispute, the Board's recommendation consisting
solely of the Board's written report and any written minority
reports, along with the Board's written clarifications and written
responses to requests for reconsideration, if any, will be
admissible in any subsequent dispute resolution proceedings
including, but not limited to litigation/arbitration. The
aforementioned list of documentation shall be considered all
inclusive.
Payment for the Disputes Review Board
The Contracting Agency and Contractor shall share equally in the cost of
the Board's services and all operating expenses of the Board. The Board
members' compensation shall be in accordance with the Three Party
Agreement. After the Contractor and Contracting Agency review invoices
from the Board and other operating expenses of the Board, the
Contractor shall make full payment for all Board members and Board
operating expenses. The Contracting Agency will reimburse the
Contractor for fifty percent of such payments, under the pay item
"Disputes Review Board".
The Contractor and the Contracting Agency shall equally bear the cost of
the services of the outside expert hired to advise the Board. Outside
experts hired to advise the Board shall Contract directly with the
Contractor after concurrence from the Board and approval from the
Contracting Agency. Invoices for these services shall be submitted by the
expert to both the Contractor and Contracting Agency for approval by
both parties. The Contractor shall pay approved invoices in full, and the
Contracting Agency will reimburse the Contractor for fifty percent of such
payments, under the Bid item "Disputes Review Board".
The cost for securing outside expert services for the Contracting Agency
or the Contractor shall be borne by the party securing such services.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-51
CFW SPECIAL PROVISIONS VER. 2019.12
The Contracting Agency will provide administrative services, such as
conference facilities and copying services, to the Board and the
Contracting Agency will bear the costs for these services.
Indemnification of Disputes Review Board Members
The Contracting Agency and Contractor shall indemnify and hold
harmless the Board members from and against all claims, damages,
losses and expenses, including but not limited to attorney's fees arising
out of and resulting from the actions and recommendations of the Board.
1-09.11(3) Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1-05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the county where
the Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agency or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(3)A Administration of Arbitration
(November 30, 2018 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 subiect
to arbitration are asserted against a county. RCW 36.01.050 shall control venue
and 'urisdiction of the Superior Court. The decision of the arbitrator and the
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-52
CFW SPECIAL PROVISIONS VER. 2019.12
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
1-10.2 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(2) Traffic Control Plans
(April 12, 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during
the construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided
in these Contract Documents, the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation. These plans shall supplement
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-53
CFW SPECIAL PROVISIONS VER.2019.12
3. Temporary paint striping, reflective marking tape, and/or retroreflective
tubular markers shall be required for each shift of traffic control. The
Contractor shall provide temporary striping, reflective marking tape, and/or
reflective tubular markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control
device spacing, tapers, etc., to scale, and shall contain accurate dimensions
and legends and shall be signed by the preparer.
1-10.3 Traffic Control Labor, Procedures and Devices
1-10.3(1) Traffic Control Labor
(December Z 2019 CFW GSP)
Section 1-10.3(1) is supplemented with the following:
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.
Federal Way Police Officer Requests (253) 835-6701 or (253) 835-6700
Saturday/Sunday cancellations (253) 835-6851
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, Lynette Allen
(253)835-6701.
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-54
CFW SPECIAL PROVISIONS VER. 2019.12
• 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).
1-10.3(1) Traffic Control Labor
Section 1-10.3(1) is supplemented with the following:
All Traffic Control Labor necessary for the successful completion of items included in
work- orders issued under this contract are incidental to each and every work item. Any
work described under this section performed by a Traffic Control Supervisor will not be
paid but will be considered incidental to other items of work.
1-10.4 Measurement
Supplement with the following:
All traffic control items, including Temporary Traffic Control, Traffic Control Labor and
Traffic Control Supervisor shall be incidental to the contract and no measurement will
be made.
1-10.5 Payment
Section 1-10.5 is supplemented with the following:
No Payment will be made for any traffic control items, Temporary Traffic Control,
Traffic Control Labor or Traffic Control Supervisor and shall be considered incidental to
the contract.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-55
CFW SPECIAL PROVISIONS VER. 2019.12
END OF DIVISION 1
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-56
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 2
EARTHWORK
2-01 CLEARING GRUBBING AND ROADSIDE CLEANUP
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Requirements
2-01.3(3) Clearing Limit Fence
(April 12, 2018 CFW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene
fencing with mesh openings 1'/z-inch by 3-inches nominal and weigh at least 7
oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall
have minimum dimensions of 1'/2 inches by 1'/2 inches by the minimum length of
5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of
either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter
or 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or
other steel posts having equivalent strength and bending resistance to the post
sizes listed. The spacing of the support posts shall be a maximum of 6'/z feet.
2-01.3(4) Roadside Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall be in accordance with Sections 9-14
and 9-15 and other applicable sections of the Standard Specifications or Special
Provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and other applicable sections of the Standard
Specifications. The Contractor shall review the work with the Engineer and
receive approval to proceed prior to commencing the work.
2-01.4 Measurement
(April 12, 2018 CFW GSP)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation,
maintenance, and removal of the Clearing Limit Fence shall be included in the Clearing
and Grubbing bid item.
"Roadside Cleanup", will be not measured and incidental to contract work order.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-57
CFW SPECIAL PROVISIONS VER. 2019.12
2-01.5 PaymenR
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", lump sum.
"Roadside Cleanupincidental to contract work order.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3(6) Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in
such a manner that they remain functional and undamaged. Utilities indicated to remain
that are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.3(7) Remove Exisiting Pedestrian Refuge Island, Speed Hump peed Table and
Raised CrossWalk New Section
2-02.3(7) Remove Exisiting Pedestrian Refuge Island, Speed Bump, Speed Table and
Raised CrossWalk
In removing the Pedestrian Refuge Island, Complete the contractor shall complete the following
items as shown on plans and as incidental to this Bid item:
1. Remove permanent signage including signs and posts unless flashing beacons are
present, then signage and beacons are to be removed by others. Salvaged signs become
property of the City.
2. Remove pair of islands as shown in the scope of City of Federal Way detail drawing 3-58
including removal and haul of waste asphalt surface, crushed rock, and extruded curb.
3. Remove Detectable Warning Surface(s) its residue and any other adhesive residue
within the scope of the island per City of Federal Way detail drawing 3-58.
4. Remove tubular markers per City of Federal Way detail drawing 3-58.
5. Remove Raised Pavement Markers as detailed per City of Federal Way detail drawing 3-
58.
6. Removal of paint, MMA, and thermoplastic permanent pavement markings done by
others.
2-02.4 Vacant
(April 12, 2018 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
2-02.4 Measurement
"Remove Pedestrian Refuge Island" will be measured per each
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-58
CFW SPECIAL PROVISIONS VER. 2019.12
"Remove Speed Hump", will be measured per each.
"Remove Speed Table", will be measured per each.
"Remove Raised Crosswalk", will be measured per each.
2-02.5 Payment
(April 12, 2018 CFW GSP)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items
when included in the proposal:
"Removal of Structure and Obstruction", lump sum. Structure Excavation Class
B for the removal of items shall be considered included in this bid item.
"Remove Pedestrian Refuge Island Complete", per each.
"Remove Speed Hump, Speed Table, or Raised Crosswalk", per each.
Remove Speed Table", per each.
"Remove Raised Crosswalk", per each.
END OF DIVISION 2
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-59
CFW SPECIAL PROVISIONS VER. 2019.12
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 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-60
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFAQNG
4-04.3 Construction Requirements
4-04.3(3) Mixing
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will
not be allowed.
4-04.3(4) Placing and Spreading
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will
not be allowed.
4-04.5 Payment
(April 12, 2018 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing shall also include compacting,
and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-61
CFW SPECIAL PROVISIONS VER. 2019.12
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. The manufacture
of HMA may include warm mix asphalt (WMA) processes in accordance with these
Specifications. WMA processes include organic additives, chemical additives, and foaming.
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
Materials shall meet the requirements of the following sections:
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03 8(3)R
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the Contracting
Agency, the Contractor shall be required to furnish such materials in the amounts required for
the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of
HMA. The RAP may be from pavements removed under the Contract, if any, or pavement
material from an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional
sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one
sample for every 1,000 tons produced and not less than ten samples per project. The asphalt
content and gradation test data shall be reported to the Contracting Agency when submitting the
mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix
design as defined in these Specifications.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-62
CFW SPECIAL PROVISIONS VER. 2019.12
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for
approval the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.2(1)A Vacant
5-04.2(2) Mix Design — Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA
in the contract documents.
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, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor
shall provide one of the following mix design verification certifications for Contracting
Agency review;
* The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-63
CFW SPECIAL PROVISIONS VER. 2019.12
Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
• Have anti-strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti-strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than
12 months from the original verification date with a certification from the Contractor that
the materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be
based on a review of the Contractor's submittal of WSDOT Form 350-042 (For
commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the
current WSDOT QPL or from one of the processes allowed by this section. Testing of
the HMA by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and
design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use.
5-04.2(2)B Usin-q Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature
or serve as a compaction aid for producing HMA. Additives include organic additives,
chemical additives and foaming processes. The use of Additives is subject to the
following:
• Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process.
5-04.3 Construction requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st
through March 31st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are
less than those specified below, or when weather conditions otherwise prevent the
proper handling or finishing of the HMA.
Minimum Surface Temperature for Pain
Compacted Thickness(Feet) Wearing Course Other Courses
Less than 0.10 55-F 45-F
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-64
CFW SPECIAL PROVISIONS VER. 2019.12
0.10 to .20 45-F 35-F
___-F
____-T
More than 0.20 35-F 35-F
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.
All costs in connection with performing the Work in accordanr;e with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) E ui ment
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-65
CFW SPECIAL PROVISIONS VER. 2019.12
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 Equip
ment
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 shift include, or are
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)C Pavers
HMA pavers shall be self-contained, power-propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list
the make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer's recommendations
and shall effectively produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. A copy of the
manufacturer's recommendations shall be provided upon request by the Contracting
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-66
CFW SPECIAL PROVISIONS VER. 2019.12
Agency. Extensions will be allowed provided they produce the same results, including
ride, density, and surface texture as obtained by the primary screed. Extensions without
augers and an internally heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and smoothness can
best be achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the
continued approval of the Engineer. A joint matcher may be used subject to the approval
of the Engineer. The reference line may be removed after the completion of the first
course of HMA when approved by the Engineer. Whenever the Engineer determines that
any of these methods are failing to provide the necessary vertical control, the reference
lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may
suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled
on the pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's
approval, unless other-wise required by the contract.
Where an MTDN is required by the contract, the Engineer may approve paving without
an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTDN shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length of
the windrow may be limited in urban areas or through intersections, at the discretion of
the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-67
CFW SPECIAL PROVISIONS VER. 2019.12
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Engineer
for any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer's recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance
with the requirements of Section 5-04.3(10). The use of equipment that results in
crushing of the aggregate will not be permitted. Rollers producing pickup, washboard,
uneven compaction of the surface, displacement of the mixture or other undesirable
results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to
avoid bridging across preleveled areas by the compaction equipment. Equipment used
for the compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All
pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement
grindings, and other foreign matter. All holes and small depressions shall be filled with
an appropriate class of HMA. The surface of the patched area shall be leveled and
compacted thoroughly. Prior to the application of tack coat, or paving, the condition of
the surface shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots
at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-68
CFW SPECIAL PROVISIONS VER. 2019.12
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will ,be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If
the Contractor's operation damages the tack coat it shall be repaired prior to placement
of the HMA.
The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water
to one part emulsified asphalt. The tack coat shall have sufficient temperature such that
it may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
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 1/4 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 '/4 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 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-69
CFW SPECIAL PROVISIONS VER. 2019.12
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 recommended heating time and temperatures, allowable storage time
and temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the
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 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 width —fill with sand slurry.
5-04.3(4)6 Vacant
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, excavate to a
depth of 1.0 feet. 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-70
CFW SPECIAL PROVISIONS VER. 2019.12
with the approval of the Engineer. Each lift shall be thoroughly compacted by a
mechanical tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when
being moved to the HMA plant for processing into the final mixture. Different aggregate
sizes shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
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.
5-44.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-71
CFW SPECIAL PROVISIONS VER. 2019.12
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 %" and HMA Class 1/2"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class %" 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
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) Awreplate 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 of the Engineer.
5-04.3(9) HMA Mixture Acceptance
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-72
CFW SPECIAL PROVISIONS VER. 2019.12
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/-0.5% +/-0.7%
Air Voids,Va 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
following tolerances to the approved JMF.
Aggregate Percent Non-Statistical Commercial Evaluation
Passing Evaluation
V. 1/4". '/2'. and 3/8"sieves +/-6% +/-8%
No.4 sieve +/-6% +/-8%
No. 8 Sieve +/-6% +/-8%
No. 200 sieve 1 +/-2.01% +/-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", W, '/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)A Vacant
5-04.3(9)6 Vacant
5-04.3(9)C MiXtUre Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-73
CFW SPECIAL PROVISIONS VER. 2019.12
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.
Sampling and testing HMA in a Structural application where quantities are less than 400
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 cases, a minimum of 3 samples will be obtained at the point of acceptance, a
minimum of one of the three samples will be tested for conformance to the JMF:
If the test results are found to be within specification requirements, additional
testing will be at the Engineer's discretion.
• If test results are found not to be within specification requirements, additional
testing of the remaining samples to determine a Composite Pay Factor (CPF)
shall be performed.
5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If
tested, compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11,
5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pao Factors
For each lot of material failing 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
Constituent Factor
6.fy
All aggregate passing: 1'/z", 1", W, '/Z", %" and 2
No.4 sieves
All aggregate passing No. 8 sieve 15
All aggregate passing No.200 sieve 20
Asphalt binder 40
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-74
CFW SPECIAL PROVISIONS VER. 2019.12
Air Voids(Va)(where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toler-ance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide
a minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04.3(9)_Q6 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 (9)D 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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-75
CFW SPECIAL PROVISIONS VER. 2019.12
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).
5-04.310) 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
the pavement. The density of the pavement shall be determined in accordance with
WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of
the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using
cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
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 Bid 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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-76
CFW SPECIAL PROVISIONS VER. 2019.12
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
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
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the
traffic control.
5-04.3(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)6 HMA Compaction — Cyclic Densis
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)C Vacant
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-77
CFW SPECIAL PROVISIONS VER. 2019.12
5-04.3(10)D FIMA 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.
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.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — ,Acceptance Testing
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
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-78
CFW SPECIAL PROVISIONS VER. 2019.12
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.30 1Re'ect Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the
sole discretion of the Engineer. HMA that has been rejected is subject to the
requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit
a corrective action proposal to the Engineer for approval.
5-04.3(11)13 Reiectivn 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(11)C Resection 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
conformance with the nonstatistical acceptance Specification. If the CPF for the rejected
material is less than 0.75, no payment will be made for the rejected material; in addition,
the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater
than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting
Agency. If the material is rejected before placement and the CPF is greater than or equal
to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection
occurs after placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition of 25 percent of the
unit Contract price added for the cost of removal and disposal.
5-04.3[11}D Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also
isolate from a normal sublot any material that is suspected of being defective in relative
density, gradation or asphalt binder content. Such isolated material will not include an
original sample location. A minimum of three random samples of the suspect material
will be obtained and tested. The material will then be statistically evaluated as an
independent lot in accordance with Section 1-06.2(2).
5-04.301)E Rejection -An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-79
CFW SPECIAL PROVISIONS VER. 2019.12
5-04.3(11)F Reiection -A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below
0.95 and the Contractor is taking no corrective action, or
3. When either the PR for any constituent or the CPF of a lot in progress is less
than 0.75.
5-04.3(11)G Rejection -An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3(12) Joints
5-04.3(12)A HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing
course is a continuous operation or as close to continuous as possible. Unscheduled
transverse joints will be allowed and the roller may pass over the unprotected end of the
freshly laid mixture only when the placement of the course must be discontinued for
such a length of time that the mixture will cool below compaction temperature. When the
Work is resumed, the previously compacted mixture shall be cut back to produce a
slightly beveled edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20HAV shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the
temporary wedge shall be separated from the permanent HMA by strips of heavy
wrapping paper or other methods approved by the Engineer. The wrapping paper shall
be removed and the joint trimmed to a slightly beveled edge for the full thickness of the
course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately
below by not more than 6 inches nor less than '2 inches. All longitudinal joints
constructed in the wearing course shall be located at a lane line or an edge line of the
Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in
the wearing surface of new HMA unless otherwise approved by the Engineer. The
notched wedge joint shall have a vertical edge of not less than the maximum aggregate
size or more than 'h of the compacted lift thickness and then taper down on a slope not
steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be
uniformly compacted.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-80
CFW SPECIAL PROVISIONS VER. 2019.12
5-04.3(12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints
within the bridge deck when and where shown in the Plans. Establish the sawcut
alignment points in a manner that they remain functional for use in aligning the sawcut
after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with
the detail shown in the Standard Plans. Construct the sawcut in accordance with the
detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-
05.3(8)6 and the manufacturer's application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the
wearing course shall not vary more than % 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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-81
CFW SPECIAL PROVISIONS VER. 2019.12
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.
5-04.304) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on
planning submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA
overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do
not use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the
Contractor's planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter-mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide
a minimum of 4 inches of curb reveal after placement and compaction of the final
wearing course. The dimensions of the wedge must be as shown on the Drawings or as
specified by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the
existing adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by
the Contract, patched and preleveled.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-82
CFW SPECIAL PROVISIONS VER. 2019.12
The Engineer may direct additional depth planing. Before performing this additional
depth planing, the Contractor must conduct a hidden metal in pavement detection survey
as specified in Section 5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required
by the Engineer, the Contractor must conduct a physical survey of existing pavement to
be planed with equipment that can iden-tify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre-planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected.
5-04.3(14)13 Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in
Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when paving or
planing operations through an intersection requires closure. Such closure must
be kept to the minimum time required to place and compact the HMA mixture, or
plane as appropriate. For paving, schedule such closure to individual lanes or
portions thereof that allows the traffic volumes and schedule of traffic volumes
required in the approved traffic control plan. Schedule work so that adjacent
intersections are not impacted at the same time and comply with the traffic
control restrictions required by the Traffic Engineer. Each individual intersection
closure or partial closure, must be addressed in the traffic control plan, which
must be submitted to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an
intersection, consider scheduling and sequencing such work into quarters of the
intersection, or half or more of an intersection with side street detours. Be
prepared to sequence the work to individual lanes or portions thereof.
C. Should closure of the intersection in its entirety be necessary, and no
trolley service is impacted, keep such closure to the minimum time required to
place and compact the HMA mixture, plane, remove asphalt, tack coat, and as
needed.
d. Any work in an intersection requires advance warning in both signage and
a number of Working Days advance notice as determined by the Engineer, to
alert traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before
any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-83
CFW SPECIAL PROVISIONS VER. 2019.12
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.
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.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-84
CFW SPECIAL PROVISIONS VER. 2019.12
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.
b. In intersections, how to break up the intersection, and address traffic control
and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing
operations, as applicable, as it relates to traffic control, to public convenience
and safety, and to other con-tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-85
CFW SPECIAL PROVISIONS VER. 2019.12
distinguished if more than one JMF is being placed at the time, and how
pavers and MTVs are cleaned so that one JMF does not adversely influence
the other JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where
staked by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Temporary Asphalt Pavement
(April 12, 2018 CFW GSP)
Section 5-04.3(17) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps
for property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any
areas of temporary pavement to be removed and replaced shall be approved by
the Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench restoration within the traveled way. Whether temporary or permanent,
saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-
inch pavement depth or match existing, whichever is greater. Also, fill voids
created by the removal of existing traffic islands and curbing, paving over
excavated roadway to temporary access to adjacent properties, and ramps for
property access during concrete approach construction.
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for
temporary paving outside the traveled way. The cold mix shall be approved by
the Engineer and placed in a 2-inch minimum thickness. Placement of temporary
pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to
be removed and replaced require prior approval by the Engineer. This work shall
include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement.
5-04.4 Measurement
HMA Cl. PG _, HMA for _ Cl. _ PG , and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2, with no deduction being
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-86
CFW SPECIAL PROVISIONS VER. 2019.12
made for the weight of asphalt binder, mineral filler, or any other component of the
mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-
04.3(11), the material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline
of the main line Roadway. No additional measurement will be made for ramps, Auxiliary
Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the
nearest 0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest
0.01 mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked
prior to excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
(April 12, 2018 CFW GSP)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material
actually placed, with no deduction being made for the weight of liquid asphalt,
blending sand, mineral filler, or any other component of the mixture. Hot Mix
Asphalt Temporary Pavement shall be paid under the "Temporary Pavement' bid
item and shall include placement and compaction of hot mix asphalt, removal
and disposal of temporary pavement.
Cold Mix Asphalt Temporary Pavement will not be measured and shall be
considered incidental to other bid items.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the
Proposal:
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-87
CFW SPECIAL PROVISIONS VER. 2019.12
"HMA Cl. _ PG _", per ton.
"HMA for Approach Cl. PG_", per ton.
"HMA for Preleveling Cl. _ PG_", per ton.
"HMA for Pavement Repair Cl. PG ", per ton.
"Commercial HMA", per ton.
The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl.
PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. _ PG
", and "Commercial HMA" 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.
"Preparation of Untreated Roadway", per mile.
The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay
for all Work described under 5-04.3(4) , with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA Cl. PG _" which was used for patching. If the
Proposal does not include a Bid item for "Preparation of Untreated Roadway", the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
"Preparation of Existing Paved Surfaces", per mile.
The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for
all Work described under Section 5-04.3(4) with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA Cl. PG 11which was used for patching. If the
Proposal does not include a Bid item for "Preparation of Untreated Roadway", the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
"Crack Sealing", by force account.
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
"Pavement Repair Excavation Incl. Haul", per square yard.
The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul"
shall be full payment for all costs incurred to perform the Work described in Section 5-
04.3(4) with the exception, however, that all costs involved in the placement of HMA
shall be included in the unit Contract price per ton for"HMA for Pavement Repair Cl.
PG _", per ton.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-88
CFW SPECIAL PROVISIONS VER. 2019.12
"Asphalt for Prime Coat", per ton.
The unit Contract price per ton for "Asphalt for Prime Coat" shall be full payment for all
costs incurred to obtain, provide and install the material in accordance with Section 5-
04.3(4).
"Prime Coat Agg.", per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay
for furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
"Asphalt for Fog Seal", per ton.
Payment for"Asphalt for Fog Seal" is described in Section 5-02.5.
"Longitudinal Joint Seal", per linear foot.
The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment
for all costs incurred to perform the Work described in Section 5-04.3(12).
"Planing Bituminous Pavement", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
"Temporary Pavement Marking", per linear foot.
Payment for"Temporary Pavement Marking" is described in Section 8-23.5.
"Wates", per M gallon.
Payment for"Water" is described in Section 2-07.5.
"Job Mix Compliance Price Adjustment", by calculation.
"Job Mix Compliance Price Adjustment' will be calculated and paid for as described in
Section 5-04.3(9)C6.
"Compaction Price Adjustment", by calculation.
"Compaction Price Adjustment" will be calculated and paid for as described in Section 5-
04..3(10)D3.
"Roadway Core", per each.
The Contractor's costs for all other Work associated with the coring (e.g., traffic control)
shall be incidental and included within the unit Bid price per each and no additional
payments will be made.
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-89
CFW SPECIAL PROVISIONS VER. 2019.12
"Cyclic Density Price Adjustment", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in Section
5-04.3(10)6.
(April 12, 2018 CFW GSP)
Section 5-04.5 is supplemented with the following:
"Temporary Pavement", per ton.
END OF DIVISION 5
CITY OF FEDERAL WAY 2020-2021 Neighborhood Traffic Safety
(NTS) Program
SP-90
CFW SPECIAL PROVISIONS VER. 2019.12
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.4 Measurement
Section 8-01.4 is supplemented with the following:
There will be no separate measurement for all temporary water pollution/erosion
control work during construction.
8-01.4 Payment
Section 8-01.5 is supplemented with the following:
There will be no separate payment for all temporary water pollution/erosion control
work during construction. This work will be considered incidental to other bid prices
in the Proposal.
8-04 CURBS,_CUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-04.3 is supplemented with the following:
The sub-base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White-pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2 full coats of Paint
formula No. H-2-83 or H-3-83 as shown on plans or directed by the Engineer. Paint and
application shall conform to the Standard Specifications for traffic paint striping.
Under 8-04.3(1)A, delete the second sentence of the second paragraph and the third
paragraph. Extruded Curb Type 6 shall be installed without the #3 bar shown in
Standard Plan F-10.42.
Remove and replace curb and gutter as shown on the plans
8-04.4 Measurement
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SP-91 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
Section 8-04.4 is supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to
the unit price of the type of curb.
Measurement for Cement Concrete Curb and Gutter and Removing Cement Concrete
Curb and Gutter up to twenty-five (25) feet for curb ramp construction will be incidental
to Bid item "Remove & Replace Curb Ramp, Complete".
"Pedestrian Refuge Island, Complete" shall be measured per each, and shall include all
items necessary to install a complete Pedestrian Refuge, per appropriate detail. The
City inspector shall designate the locations and limits of installation, removal, and
replacement.
All other work, materials, tools, equipment, and labor necessary for the completion of
"Pedestrian Refuge Island, Complete" shall be considered incidental to the same. Such
items may include, but are not limited to sawcutting, hauling, asphalt removal, asphalt
restoration, and traffic control which shall be considered incidental and will not be
measured.
8-04.5 Payment
(April 12, 2018 CFW GSP)
Section 8-04.5 is supplemented with the following:
"Extruded Curb, Type 6", per linear foot.
"Remove and Replace Concrete Curb and Gutter, Complete, per linear foot.
"Pedestrian Refuge Island, Complete", per each
8-05 ROUNDABOUT AND TRAFFIC CIRCLE ISI ANDS
8-05.1 Description
(July 9, 2019 CFW GSP)
Roundabout or traffic circle islands shall consist of the construction of precast cement
concrete curbs, removal of pavement and crushed rock within the curb circle, monument
case/cover adjustment, and topsoil placement. All utility cover and lid adjustments will be
performed by the utility. See CFW Development Standard Drawing No. 3-59.
8-05.4 Measurement
(July 9, 2019 CFW GSP)
The outer diameter of each circular island will be measured to determine the appropriate
diameter range and pay item. Non-circular islands will be measured by averaging the
measured diameter of the widest and narrowest points. The individual quantities of
materials for each island will not be measured. Roundabout or Traffic Circle Islands will
be measured as a lump sum for each complete island.
8-05.5 Payment
(July 9,2019 CFW GSP)
Payment will be made for each Bid item that is requested in a work order:
"Traffic Circle Island, Complete (10'-16' Diameter)", per each
"Traffic Circle Island, Complete (17'-24' Diameter)", per each
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SP-92 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
"Traffic Circle Island, Complete (25-32' Diameter)", per each
8-06 CEIVIENT CONCRETE DRIVEWAY ENTRANCES
8-06.3 Construction Reguirements
(April 12, 2018 CFW GSP)
Section 8-06.3 is supplemented with the following:
All driveways shall remain open except as necessary to permit curing of construction
materials or for short periods of time as required for excavations. However, at least one
(1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise
approved by the Engineer and affected property owner in writing. If a parcel has only
one driveway, then that driveway must be constructed one-half at a time to allow the
passage of vehicles. The amount of time that a driveway can be closed will be limited.
To meet these requirements, the Contractor may use a quick setting concrete. The
Engineer shall approve the quick-setting mix prior to use.
Property owners shall be notified in writing at least 48 hours in advance of any planned
driveway closures
Crushed rock may be used, with Engineer approval, to maintain a driving surface.
8-06.5 Pa ment
(April 12, 2018 CFW GSP)
Section 8-06.5 is supplemented with the following:
If the Contractor chooses to use a quick-setting concrete mix for driveway construction,
any additional costs to use such mix shall be incidental to the bid item for"Cement Conc.
Driveway" and no additional payment will be made.
If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be
incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall
be made.
8-07 PRECAST TE:AFFIC CURB
8-07.1 Description
(December 12, 2012 CFW GSP)
Section 8-07.1 is deleted and replaced with the following:
This Work consists of furnishing, removing, and installing precast traffic curb, block
traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design
and type specified in the Plans in accordance with these Specifications and the Standard
Plans, in the locations indicated in the Plans or as identified by the Engineer.
8-07.2 Materials
(August 9, 2014 CFW GSP)
Section 8-07.2 is supplemented with the following:
Block Traffic Curb 9-18.3
8-07.3 Construction Requirements
8.07.3'1 Installing Curbs
(March 30, 2018 CFW GSP)
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SP-93 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
Section 8-07.3(1) is supplemented with the following:
For both types of curb, nosing pieces, connecting dividers, and radial sections,
as detailed in the Plans, will be required at the ends of the curb lines, at
transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic
curb installation with radii less than 10 feet.
8-07.4 Measurement
(August 9, 2014 CFW GSP)
Section 8-07.4 is supplemented with the following:
Type A precast traffic curb and Type A block traffic curb will be measured by the linear
foot along the front face of the curb and return. Type A nosing pieces and dividers will
be measured as Type A curb.
Type C precast traffic curb and Type C block traffic curb will be measured by the linear
foot along the axis of the curb. Type C nosing pieces will be measured as Type C curb.
8-07.5 Payment
(August 9, 2014 CFW GSP)
Section 8-07.5 is supplemented with the following:
"Type A Precast Traffic Curb", per linear foot.
"Type C Precast Traffic Curb", per linear foot.
"Type A Block Traffic Curb", per linear foot.
"Type C Block Traffic Curb", per linear foot.
"Remove Precast, Block or Extruded Curb per Linear Foot.
"Precast Traffic Curb, Painted", per linear foot.
"Block Traffic Curb, Painted", per linear foot.
8-13, MONUMENT CASES
8-13.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and pipes in
accordance with the Standard Plans and these Specifications, in conformity with the
lines and locations shown in the Plans or as staked by the Engineer.
8-13.2 Materials
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.2 is supplemented with the following:
The pipe shall be Schedule 40 galvanized pipe.
8-13.3 Construction Requirements
(April 12, 2018 CFW GSP)
The last paragraph of Section 8-13.3 is revised to read:
The Contractor will be responsible for placing the concrete core and tack or wire inside
the pipe.
Section 8-13.3 is supplemented with the following:
Where shown in the Plans or where directed by the Engineer, existing monument case
and covers shall be adjusted to grade as designated by the Engineer. The existing
monument shall be carefully protected so as not to disturb its location in any way. The
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-94 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
Contractor shall have a licensed professional land surveyor locate the monument prior to
the case and cover adjustment if any disturbance of the existing monument is probable.
The existing cast iron ring and cover shall first be removed and thoroughly cleaned for
reinstalling at the new elevation. From that point, the existing structure shall be raised or
lowered to the required elevation. The materials and method of construction shall
conform to the requirements of the Standard Plan as approved by the Engineer.
8-13.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.4 is deleted and replaced by the following:
Measurement of monument case, cover, and pipe will be not be made as it is incidental
to other bid item.
8-13.5 Payment
(April 12, 2018 CFW GSP)
Section 8-13.5 is supplemented with the following:
No payment will be made for monument case, cover, and pipe as these items are
incidental to other bid item.
8-14 CEMENT CONCRETE SIDEWALKS
8-14.1 Cement Concrete Sidewalks
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.1 is supplemented with the following:
This work shall also include construction of pervious cement concrete sidewalks.
8-14.2 Materials
(April 12, 2018 CFW GSP)
Section 8-14.2 is supplemented with the following:
The Cement Concrete Sidewalk and curb ramps shall be constructed of Class 3000
concrete or greater.
Pervious Cement Concrete
Concrete Mix Design: The Contractor shall submit a proposed mix design for the
pervious cement concrete, with proportions of materials, to the Engineer 7 working days
prior to commencement of work. ACI 522R-10 shall be used to determine mix design
proportions. The data for the mix design shall include fresh density of the proposed
pervious concrete mixture as determined in accordance with AASHTO T 19M/T 19
paragraph 11, jigging procedure.
Concrete Mix Design Criteria
• The cementitious content, including pozzolans if used, shall be between 450 and 550
pounds per cubic yard.
• Total void content shall be greater than 15 percent and less than 25 percent, as
measured by ASTM C 1688.
• The water/cementitous material ratio, by weight, shall be between 0.27 and 0.35.
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SP-95 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
• Cement: Portland Cement Type I or II conforming to ASTM C 150 or Portland
Cement Type IP or IS conforming to ASTM C 595.
• Aggregate: Use crushed gravel, stone meeting No. 8 coarse aggregate or No. 89
coarse aggregate per ASTM D 448. If other gradation of aggregate is to be used,
submit data on proposed material to the Engineer for approval at least 7 working
days prior to performing the work.
• Air Entraining Agent: Comply with ASTM C 260
• Water: Comply with ASTM C 94
8-14.3 Construction Requirements
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or
other pedestrian access routes to discuss construction requirements. Those attending
shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans.
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as-built requirements
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP, OPTION 2)
Section 8-14.3 is supplemented with the following:
Timing Restrictions
Curb ramps shall be constructed on one leg of the intersection at a time. The curb
ramps shall be completed and open to traffic within five calendar days before
construction can begin on another leg of the intersection unless otherwise allowed by the
Engineer.
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins
when an existing curb ramp for the quadrant or traffic island/median is closed to
pedestrian use and ends when the quadrant or traffic island/median is fully functional
and open for pedestrian access.
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-96 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
(January 7, 2019 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
Using the information provided in the Contract documents, the Contractor shall layout,
grade, and form each new curb ramp, sidewalk, and curb and gutter.
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following :
Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall
be constructed at a maximum distance of 5 feet from each full depth expansion joint,
except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers
in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and
shall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
All completed work shall be so barricaded as to prevent damage. Any damaged
sections shall be removed and replaced at the Contractor's expense. Landscaped areas
disturbed during construction shall be restored to original condition at the Contractor's
expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on
the Plans.
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following :
Pervious Cement Concrete Sidewalk
Mix Time: Truck mixers shall be operated at the speed designated as mixing speed by
the manufacturer for 75 to 100 revolutions of the drum.
Transportation: The portland cement aggregate mixture may be transported or mixed
on site and should be placed within one (1) hour of the introduction of mix water. This
time can be increased to 90 minutes when utilizing a hydration stabilizer.
Water may only be added by the concrete producer to obtain the required mix
consistency.A minimum of 20 revolutions at the manufacturer's designated mixing speed
shall be required following any addition of water to the mix.
Jointing: Control (contraction) joints shall be installed normally at 12 foot to 15 foot
intervals, a maximum of 15 foot intervals is allowed. Control joints shall be located so as
to match the joints in the curb and gutter, whether the pervious concrete sidewalk is
adjacent to the curb or separated by a planter strip. They shall be installed at a depth of
'/4 the thickness of the sidewalk. These joints can be installed in the plastic concrete with
a rolling joint tool designed specifically for this purpose or saw cut (with prior approval of
Engineer). Sawcutting is not the preferred joint method. If saw cut, the procedure
should begin as soon as the sidewalk has hardened sufficiently to prevent raveling and
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-97 RFB#19-006
CFW SPECIAL PROVISIONS VER.2019.04
uncontrolled cracking (normally after curing). Transverse construction joints shall be
installed whenever placing is suspended a sufficient length of time that concrete may
begin to harden. In order to assure aggregate bond at construction joints, a bonding
agent suitable for bonding fresh concrete to existing concrete shall be brushed, rolled or
sprayed on the existing sidewalk surface edge. Isolation (expansion) joints will not be
used except when sidewalk is abutting slabs or other adjoining structures.
Placing and Finishing Equipment: Unless otherwise approved by the Engineer in
writing, the Contractor shall provide mechanical equipment of either slip form or form
riding with a following compactive unit that will provide a minimum of 10 psi vertical
force. The pervious concrete sidewalk will be placed to the required cross section and
shall not deviate more than +/- 3/8 inch in 10 feet from profile grade. If placing
equipment does not provide the minimum specified vertical force, a full width roller or
other full width compaction device that provides sufficient compactive effort shall be used
immediately following the strike-off operation. After mechanical or other approved strike-
off and compaction operation, no other finishing operation will be allowed. If vibration,
internal or surface applied, is used, it shall be shut off immediately when forward
progress is halted for any reason. The Contractor will be restricted to sidewalk
placement widths of a maximum of fifteen (15') feet unless the Contractor can
demonstrate competence to provide sidewalk placement widths greater than the
maximum specified to the satisfaction of the Engineer.
Curing: Curing procedures shall begin immediately after the final placement operations.
The pavement surface shall be covered with a minimum of (6) mil thick polyethylene
sheet of other approved covering material. Prior to covering, a fog shall be sprayed
above the surface when required due to ambient conditions. The cover shall overlap all
exposed edges and shall be secured to prevent dislocation due to wind or adjacent
traffic conditions. Cure sidewalk for a minimum of 7 days, unless otherwise specified.
Testing and Acceptance of Pervious Cement Concrete Sidewalk
Test Panels: The Contractor shall place, joint and cure one test panel, each to be a
minimum of 50 square feet at the project site to demonstrate to Engineer's satisfaction
that a satisfactory sidewalk can be installed at the location. If the test panel meets
Engineer's approval for aesthetics and pressure wash testing, it can be left in-place and
included in the completed work. If the requirements mentioned above are not met, the
test panel shall be removed at the Contractor's expense and disposed of in an approved
landfill.
Pervious Concrete Void Structure: The Pervious Concrete Void Structure shall be
tested in accordance with ASTM C 1688 and shall be between 15 and 25 percent.
Unit Weight: The Contractor shall test, in accordance with WAQTC TM 2 and AASHTO
T 121, at least one sample for each day's placement of pervious cement concrete to
verify unit weight. Delivered unit weights shall be determined in accordance with
AASHTO T 121. The measure shall be filled and compacted in accordance with
AASHTO T 19M/T 19 paragraph 11, jigging procedure. The unit weight of the concrete
shall be +/- 5 pcf of the design unit weight.
Pressure Wash Testing: The Contractor shall pressure wash the pervious concrete
sidewalk using a washer working at a minimum of 3,000 psi and 1.0 gpm. The nozzle
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-98 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
shall be held a maximum of 3 inches off the concrete. The Contractor shall wash the
entire top surface of the pervious concrete sidewalk. Sections of pervious concrete that
breaks up, pits or does not infiltrate shall be removed and replaced, at no cost to the
Contracting Agency.
Remove and Replace Concrete Curb Ramp, Complete
In Remove and Replace Concrete Curb Ramp,Complete,the contractor shall complete the
following items as shown in plans and as incidental to this Bid item:
1. Sawcutting of existing curb and gutter, sidewalk or pavement
2. Removing Cement Concrete Sidewalk to nearest joint or as directed by the City
3. Removing Cement Concrete Curb and Gutter adjacent to curb ramp location to nearestjoint
or as directed by the City.
4. Install Cement Concrete Curb and Gutter(depressed section)and associated CSTC base
5. Removal and replacement of asphalt pavement with HNA CL 1/Z PG 64-22
6. Install Cement Conc. Curb Ramp,Type as directed bythe City,and associated CSTC
base.
7. Install any necessary Cement Conc. Pedestrian Curb if required as part of Curb Ramp
design selected by City from the list in 8-14.4.
8. Replace any Cement Conc.Sidewalk removed between sidewalk joint and constructed curb
ramp
The City shall designate the locations and limits of removals.
8-14.3(5) Detectable Warning Surface
(April 12, 2018 CFW GSP)
Section 8-14.3(5) is supplemented with the following:
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt
surfaces shall be liquid-applied Vanguard ADA Systems, or approved equal.
8-14.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-14.4 is supplemented with the following:
Cement concrete sidewalk and driveway approaches for removal and replacement shall be
measured by the square yard of finished surface replaced. The City inspector shall designate
the locations and limits of removal.
Remove and Replace Concrete Curb Ramp shall be measured per each, and shall include all
items necessary to install a complete curb ramp per appropriate detail, to include as incidental
the detectable warning surface, removal and replacement of existing curb ramps, curb, gutter,
sidewalks, cement conc. pedestrian curb, and all traffic control. The City inspector shall
designate the locations and limits of removal. Asphalt removal, replacement, and/or patching
shall be considered incidental. Pedestrian Curb behind the sidewalk (if required) will be
considered incidental and not measured.
The specific the type of Curb Ramp to be constructed shall be determined by the City. Accepted
Curb Ramp types include:
Combination Curb Ramp, per WSDOT Standard Plan F-40.14,
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-99 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
Parallel Curb Ramp, per City of Federal Way Drawing No. 3-8, 3-8A, or 3-813
Single-Direction Curb Ramp, per City of Federal Way Drawing No. 3-10 or 3-10A
Perpendicular Curb Ramp, per City of Federal Way Drawing No.3-11
Measurement for removing and installing Cement Concrete Curb and Gutter up to twenty-five
(25)feet for curb ramp construction will be incidental to Bid item"Remove&Replace Curb Ramp,
Complete". Measurement for removing and replacing Cement Concrete Sidewalk within the twenty-
five (25)foot curb ramp envelope of curb ramp construction will also be incidental to Bid item
"Remove &Replace Curb Ramp, Complete".
Pervious cement concrete sidewalk will be measured by the square yard of finished
surface.
Thickened Edge Sidewalk will be measured per linear foot.
8-14.5 Payment
(April 12, 2018 CFW GSP)
Section 8-14.5 is supplemented with the following:
Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has
verified that the ramp(s) meet ADA requirements.
"Pervious Cement Concrete Sidewalk", per square yard.
"Thickened Edge Sidewalk" per linear foot. Payment for "Thickened Edge Sidewalk" will
be made in addition to any payment per square yard for"Cement Conc. Sidewalk."
" Remove and Replace Concrete Curb Ramp, Complete", per Each
"Remove and Replace Concrete sidewalk, Complete", per square yard
8-32 ASPHALT CONCRETE SPEED HUMP New Section
8-32.1 Description
The work shall consist of constructing asphalt concrete speed humps with associated
pavement striping per City of Federal Way Detail DWG No. 3-26.
8-32.2 Materials
Asphalt concrete for speed humps shall be HMA Class 1/2" PG 64-22 meeting the
requirements of Section 5-04 of the Standard Specifications. Pavement marking materials
shall be white plastic meeting the requirements of Section 8-22.2 of the Standard
Specifications.
Raised pavement markers should be Type 2 YY and Type 2W meeting the requirements of
Section 8-09.2 of the Standard Specifications.
8-32.3 Construction Requirements
The various materials shall be installed as noted on the plan detail.
8-32.4 Measurement
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SPA 00 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
Measurement will be per each where a speed hump and associated temprory
pavement markings are installed.
8-32.5 Payment
"Speed Hump, Complete", per each.
The unit bid price per each proposal will be full compensation for the cost of all tools, labor,
equipment, and materials necessary or incidental to provide and install the asphalt concrete
speed hump and pavement markings.
8-33 ASPHALT CONCRETE SPEED TABLE OR RAISED CROSSWALK
New Section
8-33.1 DESCRIPTION
The work shall consist of constructing asphalt concrete speed table or raised crosswalk with
temporary pavement striping per City of Federal Way Detail DWG No. 3-27 or 3-27A.
8-33.2 Materials
Asphalt concrete for raised crosswalk shall be HMA Class '/2" PG 64-22 meeting the
requirements of Section 5-04 of the Standard Specifications.
Permanent pavement markings and Raised pavement markers done by others.
8-33.3 Construction Requirements
A "toe" grind is required on the two long sides as noted on the plan details Drawing 3-27 or 3-
27A.
8-33.4 Measurement
Measurement will be per each where a speed table or raised crosswalk when temporary
pavement markings are installed.
8-33.5 Payment
"Raised Crosswalk, Complete", per each. "Speed Table, Complete", per each.
The unit bid price per each proposal will be full compensation for the cost of all tools, labor,
equipment, traffic control, and materials necessary or incidental to provide and install the
asphalt concrete speed table or raised crosswalk with temporary pavement markings.
END OF DIVISION 8
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY(NTS) PROGRAM
AUGUST 2019 SP-101 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
DIVISION 9
MATERIALS
9-03 AGGREGATE
9-03.12 Gravel Backfill
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on-site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent
dry of optimum as determined in accordance with Section 2-03.3(14)D. The
material shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non-rainy periods and should be
removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to
drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square ' 100
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 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SPA 02 RFB#19-006
CFW SPECIAL PROVISIONS VER.2019.04
SECTION 9-18 PRECAST TRAFFIC URB AND BLOCK TRAFFIC CURB
9-18.3 Vacant
(December 12, 2012 CFW GSP)
Section 9-18.3 is deleted and replaced with the following new Section:
9-18.3 Block Traffic Curb
In construction of the block traffic curb, the Contractor shall have the option of using
either length block shown in the plans, provided the same length block is used
throughout the entire project.
The curb units shall be made from portland cement and high quality sand and gravel, the
proportions of which will be left to the discretion of the producer as long as the unit
develops a minimum compressive strength of 1,600 psi at 28 days when tested for end
loading.
The proportions of sand, gravel, and cement, the type of forms used, and the method of
compacting the concrete in the forms shall all be such that as dense, smooth, and
uniform a surface as is practicable for a concrete masonry unit is obtained on the
finished curb units. The faces that are to be exposed shall be free from chips, cracks, air
holes, honeycomb, or other imperfections except that if not more than 5 percent of the
curb units contain slight cracks, small chips not larger than 1/2 inch, or air holes not more
than % inch in diameter or depth, this shall not be deemed grounds for rejection. The
units used in any contiguous line of curb shall have approximately the same color and
surface characteristics.
END OF DIVISION 9
CITY OF FEDERAL WAY 2019-2021 NEIGHBORHOOD TRAFFIC
SAFETY (NTS) PROGRAM
AUGUST 2019 SP-103 RFB#19-006
CFW SPECIAL PROVISIONS VER. 2019.04
s 4 J00
W ZU3 Ic IL
m a r
IL
Z VI
\ ` C-4L
I
r. A`
r, U U
aa
'yy ry0p �
'ii �A,� A'•. 7 7
U
W
m 0
La
S W
A
r V
�2 Q
6�W
=ANO
w�xa i i �1LL .MLs.L "
TD:1.3 N
OZJmV �
£a
a Z
ee
Y_
JJ o W m
Zr 0 ,<1ne - >
CL W
G
V03
I
N
P
fY
2 �
a
2
m
LU
4 V 0 V 0
LU
W j O
� 7j�
SN3l1391110 :AS NMVUO
a
z w M7
J dtIL
N Q e
~ 0 tu #
o �
~ W
8 U
I s
= I JIMi i.l
r
w
y�H
0 O W IOiV_�
W �- w m�noLL
J i . i it y (pYJ OO iO
�\ E V ZVQ
l J y o ^
uQu I ' y HNYO
U
_0m.
F@LLO
a O OO 1 O O O O O O O O ~ U
7 a F r - F H H H H H f H W w�nmU
V
N i NOm
Z �•B�
tl
9 7 8
Q
J
m
W
------------------------- ILF
W
O
+ - N
i =
f }
}5
SNaURS llle *AS NMtlHd
� e
Cc)
16 j e6
ZL
I. m =
ur; g
c3 f �
JV
-7 �w •y h Q W O
C Y h 1
V i W d #i 1 I x{ JO
ff W dp�dx �r,�y
d f W m
IIil ++ me 1 w a i O sits g �9 ItJW O
Z V9 d =W --, LC t \�
t! I c J Z f
r h
-r o r
zan>R.a � vttx,t
Z cYi
ul
m V
0
N
K r
i c 1! G. z c p y O m
C C 9
m
W `14
poh m $
N c c r
Y
O
� = m
E'S m _
£�
_, 5 2 . & assns Y w
�Ec
mL � �' w •re1iL
v�
c e
0
mE —T-
CL
acv Ctll
O
_ 20 ,
o
tl
tr
zt z/t r
b lu LU I a o ui W a ball
q• 'A fq I I H V! � O d.
Q
C I N
N r r
N
l• '
II 4
T
z = c z
� vI d r a} z ry •v
11
o LL. L
�
Zntt
SN3b3S TIM :AS WY80 �� Z�'l�
� k �
3C
kS
e. _s
B 2w �o
§ \/ (If
\
\
\ It \
.
a
ƒ d
2 \ _ LLI
\
w ' <
k ■E \ - <, - ' Ld
. e
� §cm k . w � �
2§ E -- � § .9 §� A
s§ z a . a.
a. u &% z
z w cm , . w ■ 22 /
G% 3
0Ld
y \ w
ZI
_ 0313AV& £ a ƒ
LLU
i , a
ED
�
�
�
�
�
, !
. B
ƒ !
p U�
� K 2&
ui
\ rfloi
o
■
e ,
§ � � © /
77 . . . §
}
zI z
■
M
w �
( $
LAJ
/
. I . � \ /
z u b
< Of
) \ . % < \ \LLJ ƒ
} } . 2 It
eIr 5
F- , � sm� 2 E
c0 w . w
2 ,J » 7 $ 2 zz E°°�
k �� \ > � �k� / ui
a� c &� a I
_ ■# b ` %�/ § 0 W Lf
�\ ¢0 / La
�K) W
/ �§ <00 Wal
Li / 0
W
D x
Q �
�
s .�
c �e
V
. z
\
LLJ
h
2 §} f J u
LLJ
- c
LE w
� E -
& M
k
LLJ&
\ C � MCE
UR 22
2 = �
! W zCY _
i uZ
§ \ O < o
� <a
i \ 7 I
3 / <LLI
#�
u § = b � o
§ ,
CEMENT CONC.
BARRIER CURB
5'MIN. 4'MIN. 5'MIN. TRANSITION SIDEWALK
TRANSITION SEE NOTE 2 (TYP) SEE NOTE 2 DISTANCE WILL
SIDEWALK \ VARY-SEE NOTE 1
SEE NOTE 1 y\
SAWCUT MATCH
LINE (TYP)
EX.SIDEWALK N Q
N EX.SIDEWALK
= 00000000000
.PLANTER STRIP'.'.'. OcO00000000000000000000 2' PLANTER STRIP
0o 0000000
CURB & --- -- - --- - - - -
GUTTER _ _ T _ _ _
DETECTABLE WARNING —
SURFACE-SEE DETAIL
5%MAX. DUMMY JOINT(TYP)
CENTER OF RAMP AS SLOPE
MARKED IN THE FIELD
CEMENT CONCRETE BARRIER CURB PER
DWG 3-4.TOP OF CURB TO BE FLUSH WITH 4' N G
TOP BACK OF EXISTING SIDEWALK
TRANSITION SIDEWALK
(TYP.EACH END OF RAMP)
SEE NOTE 1
EXISTING SIDEWALK
DETECTABLE WARNING
SURFACE (SEE DETAIL)
A
r'i7_•'
F
PLANTER STRIP d
-r P
NOTES:
1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE
EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN
THE CROSS—SLOPE PERCENTAGE OF THE NEW AND EXISTING
PANELS. (I.E.. EXISTING PANEL CROSS—SLOPE IS 4% AND NEW
PANEL CROSS—SLOPE IS 2% FOR A DIFFERENCE OF 2. 2
MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF —
THE NEW AND EXISTING CROSS—SLOPES ARE EQUAL, THEN THE
TRANSITION SECTION IS NOT NEEDED.
den rn +�
2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; 0 'X'
FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED
TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15
FEET IN LENGTH.
MAR 2017
PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
° a `� WORKS WITH PLANTER STRIP 3-8
CEMENT CONC.
BARRIER CURB --\
5' MIN. 4'MIN. 5'MIN. TRANSITION SIDEWALK
TRANSITION SEE NOTE 2 (TYP) SEE ��!C��E 2 DISTANCE WILL
SIDEWALK ` VARY—SEE NOTE 1
SEE NOTE 1 y`
1 c
IT X
SAWCUT MATCH
EX. c : N < LINE (TYP)
SIDEWALK if
00000000000 EX.SIDEWALK
00000000000 2
00000000000
00000000000
CURB&- - - - - - - - - —
GUTTER
DETECTABLE WARNING — T
SURFACE—SEE DETAIL
\/_ 5`%MAX. DUMMY JOINT (TYP)
CENTER OF RAMP AS ,.'� SLOPC
MARKED IN THE FIELD
CEMENT CONCRETE BARRIER CURB PER
DWG 3-4.TOP OF CURB TO BE FLUSH WITH 4.Ml
TOP BACK OF EXISTING SIDEWALK
TRANSITION SIDEWALK
TYP.EACH END OF RAMP,
AS NEEDED—SEE NOTE I
DETECTABLE WAR NIIIIG
SURFACE (SEE DETAIL)
a
EXISTING SIDEWALK
NOTES:
1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE �
EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE
CROSS—SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS.
(I.E., EXIST;NG PANEL CROSS—SLOPE IS 4% AND NEW PANEL
CROSS—�ACPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY
1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND
EXISTING CROSS—SLOPES ARE EQUAL, THEN THE TRANSITION _
SECTION IS NOT NEEDED.
2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; -OR 'X' FEET
0 8.3% (WHERE 'x' IS EQUAL TO THE LENGTH REQUIRED TO
ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN
LENGTH.
MAR 2017
CUvw PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
° Way WORKS NO PLANTER STRIP 3-8A
m
2
D oX �tQ£WALK
d R2 > vnq iN
N PER PLAN
rq
� q �
x
Q
M '
ri
lmI or 0
0C Z;orm
x I
7C r a m m
I II Z s
�� m q
z
u
O
Z� AZ
z-4
I/I
Lao
h Y
M Dn
' e
Y� A~
m m
M
W� mp p9
W� U� mA m2
� i gz
CalN � Z r t�
s
1DrI7�� vpa A
0m rnr�i cn
DA M O CROSSWALK
CZ_nC O=i
D=�"'tD mt> om
cr^ -2cMm W
02 mN;S�-0 HA2 �.
M rOpx AmZ A
r� � D20 W
p� n mr.znr -0mcn
1 DXQm'zl ONC
D O to ZC7C AZZ
��rr �mrn-� r,� s _
Z DF-j-n Z00 rQi
��qp //�� -4 rl g Z z a t 0
9Ti 1 \/ >,
�s .cz
0Q O O O O Q o
vi
m:�l©Qf''! 1_fm11 p ii m O C7 -W 7
[� NCr�gGS A> O O O O
v� m Z r'"O_D m o �+ O `g tsn� E% o z
*� r�Z�or ;m > yW
r O
�D
$r/1Zm Oc �
Al >i
Ofmm�C Z� a
Zn s E n
� 2
a L
sQQQ� T
N Ir
m
W �
9
� r
O O
w
m x
°mpem m� v ►
amm Wz ►
fl xm� Am
t
0 p mm
H K
Y ap
no
tl ti cm
(n m A 1
`.+ m.. rn mm
•u z m A_
mmC
mm m
m-n
r
r: '
ZT� m ! 1 la... mp 1 �z
m ami o 0 p� Zp
0 m m
m
z
21;a
z mac`
y Z Y
}a V GI
Cm
cm
m
mm
a'm
p rmt
C T61 D
L
m op CRDSSWAK
cn u a
p
c
Y/
n
r z
m
m
_ � A
M
rm
Dn
z
15 R1 =��== D0O m
Mm1^nm �..
n 0oz
;ozzKxim mm�
aoO�v ��r
m=1>D D
x ;m� m
CZ
220
�y � � � CCom
_ M
D01� ' ➢� o a c�'n g z �m
Po
d m Z
4^1 m mxC �Zo 1/r o o v Co
mD
'V uDiunnC SNC �; m o o o jm*
T1 C]C7Z ZZ ' CIO maa
Sz Z rrq 7COi� 0 z
z v� t m �z
C7lj� Z�Z r aura =� rGl
V1?9mr�] cZ,m to n i
n-- H Dv O ?' mmo
Dr�i� 01v „m m �gg m b
��fDbrn ern �
mz��v n Z m T� x; C
zrn— —
Frl Fn
� a
rn
0 0 z m
ozc n�
W Dn'm
zCD
C
> O =
V
CS
2 FOOT WIDE, ' EPTH
ASPHA, RIND, _ <
TYP, BOTH ENDS (SEE NOTE t)
di33 S2
d J-
RPM TYPE II (WHITE){
� I i
A
WL—.e---I-�
Z
3
PM TM-PE!11. YELLOW - ON STREETS
WITH MARKED CENTERLINE (TYP.)
i
W�ITE APLASTIC MARKINGS PER WSDOT STND PLAN M-24.60 (TYPICAL)
a I
m � 1S
Q
u �
, �g
a
SIGN DESIGNATION / SIZE
W8-1 BUMP 30" x 30"
W8-IA BUMP AHEAD 30" x 30"
W13-1(15) 15 MPH ADVISORY PLAQUE 18" x 18"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS. REPLACE W8-1A WITH WB-lA(S) (BUMPS AHEAD)
0 c, co o
f7 N !y nl n! IA
}
,. ,.
SECTION A-A - PARABOLIC CROWN
2 FOOT WIDE, JS" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1)
STANDARD CLASS D OR a
6" CLASS C MIX (TYP) 6" 6"
�1'-2' mu--TAPER MAX.TAPER
CURB FACE
GUTTER SHOULDER
TACK COAT (TYP)
SECTION B-B (CURB AND GUTTER) SECTION B-B (SHOULDER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER
MAY REOUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A
SMOOTH TRANSITION.
REV.MAY2013
PUBLIC SPEED (HUMP DWG. NO.
4 p ay WORKS 3-26
2 FOOT WIDE, )4" DEPTH j
ASPHALT GRIND,
TYP. BOTH ENDS (SEE NOTE 1) m
I
WHITE PLASTIC
t; MARKINGS PER
DWG NO 3-20 _m-iff PLASTIC MARKINGS PER
(TYP) A a n WSDOT STND PIAN M-24.60 (TYP)
4
RPM TYPE II, YELLOW — ON STREETS
WITH A MARKED CENTERLINE (TYP.)
q; f'
\---RPM TYPE II (WHITE)
" � V
l '
ZI �Tz
D 'agNN
N
G
SIGN DESIGNATION / SIZE
W11-2 MAN WALKING 30" x 30"
W8-1A BUMP AHEAD 30" x 30"
W13-1(20) 20 MPH ADVISORY PLAQUE 18" x 18"
W16-7P ARROW DOWN 24" x 12"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WITH W8—IA(S) (BUMPS AHEAD) I
3) USE YELLOW—GREEN SIGNS
4) USE S1-1 INSTEAD OF W11-2 FOR SCHOOL CROSSINGS
b orn cp
v
17 N N1 NN �_ m
SECTION A-A - PARABOLIC CROWN
2 FOOT WIDE, )4" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR L�
� 3, CLASS C MIX (TYP) — b••1 —2 TAPER MAX
3'
I TAPER
CURB FACE �—
GUTTER SHOULDER
TACK COAT (TYP)
SECTION B—B (CURB AND GUTTER) SECTION B—B (SHOULDER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A
SMOOTH TRANSITION.
REV.MAY 2015
_ PUBLIC RAISED CROSSWALK DWG. NO.
3-27
I� rloJg My WORKS
1aa' TYP
2 FOOT WIDE, h- DEPTH
ASPHALT GRIND,
TYP. BOTH ENDS (SEE NOTE 1) \ N;
�r.
I
x
C RPM TYPE II (WHITE
)A )
'¢ I RPM TYPE II, YELLOW - ON STREETS
WITH A IfIAR EO CENTERLINE (TYP.)
WHITE PLASTIC MAJKIN 5 PER WSOOT STND PLAN M-24.60 (TYP)
n
6
D 100' (-f-)
SIGN DESIGNATION / SIZE
W8-1 BUMP 30" x 30"
W8-1A BUMP AHEAD 30" x 30"
W13-1(20) 20 MPH ADVISORY PLAQUE -187-x 18"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WITH W8-IA(S) (BUMPS AHEAD)
0 'oi m
`v
e'1 N N N N U7 m
` O
1 }
1 1+ 1. 1 1• 1 1.
a'
SECTION A—A — PARABOLIC CROWN
2 FOOT WIDE, !4" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1)
STANDARD CLASS D OR a
� 3. CLASS C MIX (TV) 8"1 -2 MAX TAPER� MAX•
3
TAP'ER
CURB FACE �
GUTTER �SH.UL
TACK COAT (TYP)
SECTION B-B (CURB AND GUTTER) SECTION 8-8 (SHOULDER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE
A SMOOTH TRANSITION.
REV.MAY 2015
�« PUBLIC SPEED TABLE DWG. NO.
[ lSMO'My WORKS 3-27A
U
� m
p `
0
nCc, < -Z,
K)
w mem
N
w D O
x O N
r
O E Z f. mD
o m CrN3 O z m =ate en m m
aq O r � 6 b'- � " O-1
mx
{off z m i m �I t =E m—
o G� cOn ��
Z1 Z C7 n C1 C7 N i� r -! r
C"7 C Z o z
OC m w m m M O N O D CAJ
v oN xZ Z -4 x G ov
N C7 % :0 m- cn G) m Cl) ro -•I -
ao c? z � � O�Z D C) o
m 0 -n -n Cl) -1 r Z 1]
T p -< O w I O m � + a
A Z > � Z ` -<
O > �m U) _ m�
r : N m m OTD
cn-
IK pN � � r- ZN J
D D x wo ❑ � C 2 Z
N w m m r
gm mo O 00
--
0 p y gg
DD C7 O1 �
L ly4 N �
vo
M
Om
;a Ci)
� -4 Cl) 2
* >
;a
m ��
< z C) m Mn
m
C O cz �j � F-
o -M U
- c U' o �
mm °) Z �
Q rn m trn -nxc Cp v ND
m N
Z X?v A 0m
cU) 0 x N
r w N Ocn ;u Dm
0 = n C K Q N m �N `. o K N
K U3
D ! I
v 10 (nDmmCyn [ SIO mo m�
O m mmm CO � L n
z r n�m Onrr { r
�p0 Dr � � = N ' � m = N
x n q
Tvm W m
mU) OG m z m XMA
m -4 C3 np D Q AZ
�;0
v
G Z
w O Z N
0
r
J R C
z wo z Vo m Z S o �Q LL z m
_ a-
oU oW �~LLI LUc_imo a>� oo �< cc
ir w_jw Wm wvw =aa LLJ OU 0� M
W 2 Z O w" NX } a
z wUZ a> W LLJ mz w ww z �� o >aa
mN o0w 10 Ua0o Udo a0 w � w
aN ZWw a � V) azo oz za uwiaa
I -w2 wa 0 a O w mX wa
z_� waw oa mm� z oUU� oQ0 � N as
�-�� J U V) \z
�w� LLJ Wim oa aL) �w�w ,�,V)L, ocr o,,,
00 NSW �� OOz0 �w-� m=0 ma �a
�� zoo aJ z �0X mU�a J�o � w�
X0 V-z� 0fx V" Z Oa o =)00 a='- 0 OU
U Ow p- F Z 2 W m0
U? Sao ZCX ZIaZ a Z � a�
a o
cD� me w UOF Qi mZ � �V�m QX> Ud ww
�w Z ,,,� Q a I o ����x:DNao NV) ��
LVLJ z= Q�� mQ LLJ Z Twp3 Z��F U-
0 W Q � 00
O a JU0 2WW � 2Oa� JWC)W gym= O
�- aw a zQ V) J JZ ~ �W XQ HmZ Z N
Wa v) o Umz 0200 Jazo WO I
Lr za zcnJ inV)w z w V)Q� 0 L�aLLa UUM c� -- � — W
N Ki c
LU
� I J
! V
a FZ V
a a Q
> ^�. i J d V)
Z w V)t-
0 _
w o I W O LL
QdQ ViZ)ati `, -11 WC
a UL
w c� I ! - >w
Ln O 0 ��W .I I �' r"� LJU `!de
VI V Al <Za p
} cr � !
N O O � V)Vo i
w w 1
amL) iy!
� W Ww �-
a » > QS �. ,
mJ 0 Z
LL 0 11.0 O
N� UJ
NIIN z W
L Z mu)o J
L 0`F- Q
v
L' M(-) U
tom¢ Q L)
Of
~ UV)
.� aaV) �Y
o J mo
a - a0
a
~ mr
00
Z U
w m :mJ Q O
O WmJ
~ LLJ LLJm o<4 r�
wQ� w Zp W
3S UU CC_
)0V) - Q
J J z w J J-�
HH
J m � J a W O
Y aha W V)Wco 0-
0
O U Z~ O a 3: Of
Q z I W Z m W U U a W i m W Z()f
W
dU�� aUa
,.
irc Y #
so
b z10 z
a Ej
1p a
! o6z
F Tsj
aZ
v
� m z
ul
oaf
W
bl T—F
IL
L
z
A
oo
W W
LU
re,
s z
A
X t A
.L .L
Qt�
�
it io �■ � � �� b � ��
a �
iV
ab -"16 'AQ ANAVW
5127(2020 Corporations and Charities System
k,essWP07 sand Charities Filing System
BUSINESS INFORMATION
Business Name:
TONY LIND PAVING LLC
JB1 Number:
602 813 830
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
23048172ND AVE SE,DENT,WA,980424213, UNITED STATES
Principal Office Mailing Address:
23048 172ND AVE SE, KENT,WA, 98042-4713, UNITED STATES
Expiration Date:
63/31/2021
jurisdiction:
UNITED STATES,WASHINGTON
Formation/ Registration Date:
03/16/2008
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
littps.Ilcctssos.wa.gc��f#IBusinessSearclifBusinessl7frrnati�i 1/2
5/27/2020 Corporations and Charities System
Registered Agent Name:
JEFF BOYER
Street Address:
23048172ND AVE SE, KENT,WA, 98042-4713, UNITED STATES
Mailing Address:
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL ANTHONY LIND
Back
Filing History Name History Print Return to Business Search
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 2/2