Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-573 - RW SCOTT CONSTURCTION RETURN TO: PW ADMIN EXT: 2700 ID#: 3858
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/Capital Prof ects
2. ORIGINATING STAFF P1-,RSON;1 Kent Smith EXT: 2753 3. DATE REQ.I '
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,REP,RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT
GOODS AND SERVICE AGREEMENT a HUMAN SERVICES/CDBG
REAL ESTATE DOCUMENT SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
ORDINANCE RESOLUTION
CONTRACT AMENDMENT(AG#):20-573 OINTERLOCAL
OTHER
4. PROJECT NAME:SW 296th at 14th Slide.Restoration Change Order
5. NAME OF CONTRAC-I.OR: R W Scott Construction
ADDRESS:4005 West Valley Hwy N Auburn WA 98001 ['N:,w.w�ywlr�Nwu:253-3 W1�Cti��?1
ff Sc _.��.._ .W...._..
E-MAIL:Je ___. ..._.. __. ...____..._...
Ott <iel=f cotto_rw ,$Q tt onstructioa.com> FAX:
SIGNATURE AMF.-Jeff Scott �ITrn I;:President
�6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES COMPENSATION INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#.. --.- BL,EXP.12/31/ UBI#600 298 242 ,EXP. ..... /—../-
11
7. TERM: COMMENCEMENT DATE:TBD --- -....... COMPLETION DATE,: Upon Project Completion
8. TOTAL COMPENSATION:$74,859,0Q + 5 540.74 = 80,399.74 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 13 YES NO IF YES,MAXIMUM DOLLAR AMOUNT: $.
IS SALES TAX OWED: 13 YES 13 NO IF YES,$ PAID BY: 0 CONTRACTOR 13 CITY
RETAWAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
in PURCHASING: PLEASE CHARGE TO: 306-4400-227-595-30-650
�9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REV DEWED INITIAL/DATE APPROVED
IN PROJECT MANAGER KS 1/6/2020
.............-.
DIVISION MANAGER
SLH 1/6I2021.._ ....... ...__. ...... _... .
DEPUTY DIRECTOR DSw IIW2021
_.._....... .........................
DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
ER 1/13/21
LAW DEPT
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,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.) I
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT -
❑ LAW DEPT «45�
IGNATORY(MAYOR ORI'MECTOIR)
❑ CITY CLERK
❑ ASSIGNED AG# AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE"" "ORIGINALS
I/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
227 AG#20-573 2
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
SW 296"'at 141h Slide Restoration R W Scott Construction Co.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
A change of the contract to alter the method of retainage from Option#2 to Option#1.
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
RETAINAGE CHANGE:
Previous Retainage Option:
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.
Revised Retainage Option:
Option#1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:.
ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: I $0.00 DECREASE$0.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $7 ,6?'-09,00.
PREVIOUS CHANGE ORDERS $5,�44�,74
THIS CHANGE ORDER $tl. 0
NEW CONTRACT AMOUNT $80,399.74
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 goveming 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 ,ne Order except as specifically described in this Change Order.
C NTRACT R"'S SIGNATURE DATE
Y
PUBIC WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
BUSINESS INFORMATION
Business Name:
R.W.SCOTT CONSTRUCTION CO.
UBI Number:
600 298 242
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Principal Office Mailing Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Expiration Date:
07/31/2021
Jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
07/27/1978
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
-.--...... ....
Registered Agent Name:
JEFFERY SCOTT
Street Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Mailing Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL RONALD SCOTT
GOVERNOR INDIVIDUAL JEFFERY SCOTT
GOVERNOR INDIVIDUAL DEBRA SCOTT
RETURN TO: PW ADMIN EXT: 2700 ID#: 3852
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/Div: PUBLIC WORKS/Capital Projects ..........
2. ORIGINATING STAFF PERSON:Kent Smith EXT: 2753 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
13 CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
13 PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
[3 PROFESSIONAL SERVICE AGREEMENT [3 MAINTENANCE AGREEMENT
E3 GOODS AND SERVICE AGREEMENT a HUMAN SERVICES/CDBG
[3 REAL ESTATE DOCUMENT [3 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
b ORDINANCE [3 RESOLUTION
0 CONTRACT AMENDMENT(AG#):20-573 DINTERLOCAL
[I OTHER ..........
4. PROJECT NAmt..:SW 296th at 14th Slide Restoration
5. NAME OF CONTRACTOR: R W Scott Construction
ADDRESS:4005 West Vall"I'llev H!wv N.Au.bgn2,..1A 98001 '1i�l,,,I,I)I,IONE:253-351-0001
II,�.jelScott
�rwscottconstructionxom FAX:
SIGNATURE NAME� Jeff Scott TITLE:-President
6. EXHIBITS AND ATTACHMENTS:[3 SCOPE,WORK OR SERVICES 0 COMPENSATION [3 INSURANCE REQUIREMENTS/CERTIFICATE [3 ALL OTHER
REFERENCED EXHIBITS D PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES E3 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BLI EXP.12/3 1/— um#600 298 242- --,EXP.—/—/-
7. TERM: COMMENCEMENT DATE:-TBD COMPLETION DATE: Upon Project CoMptqtiqn-
8. TOTAL COMPENSATION:$74,859.00 + 5,540.74 = 80,399.74 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
................
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 13 YES 13 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES E3 NO IF YES, PAID BY: 13 CONTRACTOR 13 CITY
RETAINAGE: RETAINAGE AMOUNT: — -o RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
M PURCHASING: PLEASE CHARGE TO: 306-4400-227-595-30-650
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL DATE APPROVED
0 PROJECT MANAGER
4 DIVISION MANAGER SH 12/23/20
A DEPUTY DIRECTOR DSW 12123120
A DIRECTOR
ii RISK MANAGEMENT (IF APPLICABLE) n/a
o LAW DEPT n/a ——---------
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:,
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING \'2—k-j) 2-11
• SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC,
• ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
• CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TOE I TION 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 SIGN F,D
• FINANCE DEPARTMENT
• LAW DEPT
SIGNATORY(MAYOR 0" iol Z Z3 -Z'0Z k
L—-I
• ASSIGNED AG# AG#
• SIGNED Copy RETURNED DATE SENT:
COMMENTS:
EXECuTE OfUGINALS
p/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
227 AG#20-573 1 12/15/2020
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
SW 296th at 14th Slide Restoration R W Scott Construction
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
An increase in the quantity of HMA CL'/z in. PG 58H -22, Roadway Excavation Incl. Haul,
Common Borrow Incl. Haul, and High-Density Polyethylene (HDPE) Pipe — 8 in. Diam.
Increase is due to unexpected conditions in the work area. Pay estimate attached as
additional documentation.
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 QUANTITIES:
ITEM NO. ITEM PREVIOUS REVISED Q"T`Y UNIT PRICE ADD OR
QTY DELETE
__....__.......... .....�-__.._......._.. UNEXPECTED 1 FA 0.07 FA $10,000 $9,344.2 1 - 7
SITE CHANGES
11 ROADWAY 10 CY 67.60 CY $70/CY +$4,032.00
EXCAVATION
INCL. HAUL
12 COMMON 15 CY 40.61 CY $75/CY +$1,920.75
BORROW INCL.
HAUL
14 STRUCTURE 3 CY 2.90 CY $400/CY -$40.00
EXCAVATION
CLASS B
INCLUDING
HAUL
15 CRUSHED 7 CY 6.50 CY $200/CY -$100.00
SURFACING
TOP COURSE
CHANGE ORDER AGREEMENT 1 Rev. 8/19
16 HMA CL'/IN. 3.5 TN 21.29 TN $500/TN +$8,895.00
PG 58H -22
17 HIGH-DENSITY 40 LF 53.50 LF $85/LF +$1,147.50
POLYETHYLENE
(HDPE) PIPE—8
IN. DIAM.
24 PROPERTY 1 FA 0.83 FA $5000 -$834.64
RESTORATION
25 SEEDED LAWN 170 SY 158.70 SY $12/SY -$135.60
INSTALLATION
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: )NCREASE$5, r40.74 DECREASE$0.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $74,858.00
PREVIOUS CHANGE ORDERS $0.00
THIS CHANGE ORDER $5 540.74
NEW CONTRACT AMOUNT $8080 3
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 goveming the types of
construction. The execution of this Change Order shall constitute full satisfaction and 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 e Order except as specifically described in this Change Order.
RA OR'S SIGNATURE DATE
PUBOC WOR S DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
BUSINESS INFORMATION
.....................
Business Name:
R.W.SCOTT CONSTRUCTION CO.
UBI Number:
600 298 242
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Principal Office Mailing Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Expiration Date:
07/31/2021
Jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
07/27/1978
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
JEFFERY SCOTT
Street Address:
4005 W VALLEY HWY N,AUBURN,WA,98001-2442,UNITED STATES
Mailing Address:
4005 W VALLEY HWY N.AUBURN,WA,98001-2442,UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL RONALD SCOTT
GOVERNOR INDIVIDUAL JEFFERY SCOTT
GOVERNOR INDIVIDUAL DEBRA SCOTT
RETURN TO: PW ADMIN EXT: 2700 ID #: 3767 / 3786 1
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
L ORIGINATING DEPT/D1V: PUBLIC WORKS /Capital Projects _
ORIGINATING STAFF PERSON: Kent Smith EXT: 2753 3. DATE REQ. BY:-8M-14-2�02-0--A -
TYPE OF DOCUMENT (CHECK ONE):
® CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ® SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: SW 296th at 14th Slide Restoration
NAME OF CO'N'TR,\ T()it: R W Scott Construction
ADDRESS: 4005 Vilest Valley Hwv N Auburn, WA 98001 TELEPHONE: -253-351 -0001
E-r1dA11.: Jeff .Scott<ieffscott(c-brwscottconstruction.Gom> FAX:
SIGNATURE N. \',1F: Jeff Scott TITLE: President
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 # 600 298 242 EXP. —/-/-
7. TERM: COMMENCEMENT DATE: TBD
COMPLETION DATE: Upon Project Completion
TOTAL COMPENSATION: $ 74,859.00 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: 306-4400-227-595-30-650
9. DOCUMENT /CONTRACT REVIEW
8 PROJECT MANAGER
A DIVISION MANAGER
II DEPUTY DIRECTOR
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT
INITIAL / DATE REVIEWED
KS 6-19-20
SLH 6/2020
DSW 6/202020
ER 7/7/2020
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 8/3/2020
SCHEDULED COUNCIL DATE: 8/11/2020
INITIAL / DATE APPROVED
KS 8/6/20
SLH 8/6/2020
DSW 8/6/2020 - approved with correclions.
ER 8(7/2020
COMMITTEE APPROVAL DATE: 8/3/2020
COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: M 20 DATE REC' D: lA4 2Z
❑ 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.)
INmAL / DATE SIGNED
❑ FINANCE DEPARTMENT
LAW DEPT ! D z d zo
51+. i N A I O i, `t i MAYOR OR DIRECTOR)
C LI1 I_'1 11ti, Z5;;" (OrAfflg?'o -
❑ ASSIGNED AG # AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
F YrrrlTF-=
I THIS IS AN OFFICIAL AND ALREADY PUBLISHED BID DOCUMENT. THIS IS THE DRAFT CONFORMED CONTRACT. PLEASE REVIEW PAGES 6-13,17 Q, 23 & 25 FOR CHANGES
Fix Notary on pg 19. 8R/20 law dept
BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS
FOR
SW 296TH AT 14TH SLIDE RESTORATION
PROJECT # 227
Quotes Accepted Until 8:00 a.m., July 24, 2020
Prepared By:
City of Federal Way
PUBLIC WORKS DEPARTMENT
July i". 2022
The contract plans and specifications for this Project have been reviewed and approved by:
Public Works Director/ Deputy Public Works Director
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-1 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
TABLE OF CONTENTS
PAGE
NOTICETO CONTRACTORS................................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................3
QUOTE.................................................................................................................................................................... 6
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................11
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................12
SMALL PUBLIC WORKS CONTRACT...............................................................................................................13
SAMPLE CONTRACT CHANGE ORDER...........................................................................................................20
CERTIFICATEOF INSURANCE..........................................................................................................................22
PERFORMANCE AND PAYMENT BOND...........................................................................................................23
CONTRACTOR'S RETAINAGE OPTION............................................................................................................25
RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................26
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
PREVAILING WAGES AND BENEFIT CODE KEY.................................................................................................
GEOTECHNICAL ENGINEERING REPORT...........................................................................................................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-2 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
NOTICE TO CONTRACTORS
SW 296TH AT 14TH SLIDE RESTORATION
The City of Federal Way extends this invitation to bid to selected contractors listed with the MRSC Small
Works Roster. This prosect is a small public works prosect and will be awarded under the small works
roster process.
PURPOSE: The City of Federal Way ("City") is requesting quotes for the SW 296th at 14th Slide Restoration.
Quotes will be received via email only to PW_Bids@cityoffederalway.com on July 24, 2020 at 8:00 a.m.
Quotes received after that time and date will not be considered.
This project shall consist of: Realignment of the roadway and stormwater conveyance system at the end of SW
296th St adjacent to 1445 SW 296th St in response to landslide activity. This shall include asphalt pavement
removal and replacement, removal and replacement of existing stormwater conveyance outfall and catch
basins, tree removal, grading of hillside, removal and replacement of guardrail, and removal and replacement of
landscaping.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 15 working days, or by October 16, 2020 whichever
occurs first.
QUESTIONS: Any questions must be directed to Kent Smith, Senior Capital Engineer, by email at
kent.smith@cityoffederalway.com
OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4
and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination
in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies
all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin,
or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids
consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to
compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all quotes, waive any informalities or minor
irregularities in the solicitation process, and determine which quote or bidder meets the criteria set forth in the
bid documents.
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) NOTICE TO CONTRACTORS AND CONTRACT DOCUMENTS
Contractors must comply with the bidder instructions in the Notice to Contractors and the Contract
Documents.
(2) EXAMINATION OF QUOTE AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a quote shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Small Public Works Contract and the
other Contract Documents, the Project site, the availability of materials and labor, publically available
information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations,
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-3 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
ordinances and resolutions dealing with or related to the equipment and/or services to be provided
herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances
or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's quote
or the contract documents. No claim for additional compensation will be allowed which is based upon a
lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders
shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any
environmental factors, which may impact current or future prices for this requirement.
(3) INTERPRETATION OF QUOTE AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the quote or Contract Documents. Bidders shall not rely upon any oral statement or conversation they
may have with City's employees, agents, representatives, consultants, or design professionals
regarding the Contract Documents, whether at the pre-bid meeting or otherwise and no oral
communications will be binding upon the City. Any questions must be directed to Kent Smith, Senior
Capital Engineer, by email at kent.smith@cityoffederalway.com Any interpretation deemed necessary
by the City will be in the form of an Addendum to the bid documents and when issued will be sent as
promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda
shall become part of the bid.
(4) QUOTE PRICE
The quote price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(5) POSTPONEMENT OF QUOTE OPENING
The City reserves the right to postpone the date and time for receiveing the quotes by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any quote for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote,
the bidder waives and releases any claims against the City arising from any rejection of any or all
quotes. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none
of the bids of the participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for
reports submitted to the City whenever practicable.
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑Quote: The Quote shall be completed and fully executed, including filling in the total bid
amount.
❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by the bidder.
❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-4 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
❑ Small Public Works Contract: The successful bidder will fully execute and deliver to the City
the Small Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to
retain ten percent (10%).
❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful
bidder will fully execute and deliver to the City the Contractor's Retainage Bond.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-5 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
QUOTE
SW 296TH AT 14TH SLIDE RESTORATION
QUOTE SUBMITTED VIA EMAIL TO:
PW Bids@cityoffederalway com
Subject line "Bid Submittal — SW 296th at 14th Slide Restoration
QUOTE SUBMITTED BY:
Bidder: RW SCOTT CONSTRUCTION
Full Legal Name of Firm
Contact: JEFF CQTT
Individual witf7 Legal Authority to sign Bid and Contract
Address: 4005_VVEST VALLEY HVVY N
Street Address
A B4JRN UVA 9 I-2442
City, State Zip
Phone: L2531351-0001
E -Mail: JEFFSCOTT RWSCOTTC NSTFZUCTIQN_ OM
Select One of the Following: a Corporation
❑ Partnership.
❑ Individual
❑ Other
State Contractor's License No.: RVVSC0C`229MU
State Contractor's License Expiration Date: 04 I 02 / 2021
Month Day Year
State UBI No. 600 298 242
State Worker's Comp. Account No. 579, 092-00
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-6 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
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.
SW 296TH AT le SLIDE RESTORATION
All unit prices shall include applicable sales tax (Roadway Improvements)
Item Spec.
No. Div.
Bid Item Description
UNEXPECTED SITE CHANGES
Unit
FA
Plan
�_
Unit Price
Amount
1 1-04
1
$10,000.00
$10,000.00
2
1-05
ROADWAY SURVEYING
LS
1
$ 5,000.00
$ 5,000.00
3
1-05
AS -BUILT SURVEY & RECORD
DRAWINGS
LS
1
$
1,500.00
$
1,500.00
4
1-07
SPCC PLAN
LS
1
$ 500.00
$ 500.00
5
1-09
MOBILIZATION
LS
1
$10,000.00
$10,000.00
6
1-10
TEMPORARY TRAFFIC CONTROL
LS
1
$ 500.00
$ 500.00
7
2-01
CLEARING AND GRUBBING
LS
1
$ 8,800.00
$ 8,800.00
8
2-02
REMOVE EXISTING STORM SEWER
PIPE
LF
65
$
28.60
$
1,859.00
9
2-02
REMOVE EXISTING CATCH BASIN EA
2
$500.00
$1,000.00
10
2-02
REMOVAL OF STRUCTURES AND
OBSTRUCTIONS
LS
1
$
1,500.00
$
1,500.00
11
2-03
ROADWAY EXCAVATION INCL. HAUL
COMMON BORROW INCL. HAUL
CY
10
$ 70.00
$ 700.00
12
2-03
CY
15
$ 75.00
$1,125.00
13
2-09
TRENCH SAFETY SYSTEM
LS
1
$ 500.00
$ 500.00
14
2-09
STRUCTURE EXCAVATION CLASS B
INCLUDING HAUL
CY
3
$
400.00
$
1,200.00
15
4-04
CRUSHED SURFACING TOP
COURSE
HMA CL Y IN PGr5811 -22
CY
7
$
200.00
$
1,400.00
16
5-04
TN
LF
3.5
40
$500.00
$
85.00
$1,750.00
$
31400.00
17
7-04
HIGH-DENSITY POLYETHYLENE
(HDPE) PIPE -8 IN. DIAM.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-7 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
18 7-05 CONNECTION TO DRAINAGE EA
STRUCTURE
1 i$ �$
750.00
750.00
19
7-05
CATCH BASIN TYPE 2-48 IN. DIAM.
EA1
$ 4,000.00
$ 4,000.00
20
'-20
DOWNSLOPE STORM PIPE
ANCHORS
EA
2
$ 1,000.00
$
2,000.00
21 7-20
DEADMAN ANCHOR
EA
1
$2,200.00
$ 2,200.00
22 8-01
INLET PROTECTION
I---
EA
1
$150.00
$150.00
23
8-01
-
EROSION CONTROL & WATER
POLLUTION PREVENTION
LS
1
$ 1,000.00
$
1,000.00
24
8-02
PROPERTY RESTORATION
FA
1
$5,000
$5,000
25
8-02
SEEDED LAWN INSTALLATION
SY
170
$12 00
$ 2,040.00
26
8-11
BEAM GUARDRAIL TYPE 31
LF
45
$133.00
$ 5,985.00
27
8-21
PERMANENT SIGNING
LS1
1,000.00
$ 1,000.00
TOTAL —
$ 74,859.00
BID SUMMARY
ITEM
BID AMOUNT
SW 296T11 AT 141H SLIDE RESTORATION $
74,859.00
TOTAL BID AMOUNT
(including Washington State sales tax, all other $
government taxes, assessments and charges 74,859.00
The documents incorporated by reference, as if fully set forth, are the Notice to Contractors, the Instructions to
Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the
Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Notice to Contractors for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-8 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
N0tI-COLL1JSI0N AFFIDAVIT
By Tgning this quote, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
tak,'v, any action in restraint of free competitive bidding in connection with this project.
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the
toll-free hotline Monday through Friday, 8'00 a.m to 5:00 p m , Eastern Time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities The hotline is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES & NON-COMPETITIVE PRACTICES
By waning this quote. the undersigned agrees as follows.
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest
which conflicts in any manner or degree with the work, services, equipment or materials required to be
performed and/or provided under this contract and that it shall not employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest. ;t shall immediately disclose such interest to the City and
take action immediately to eliminate the conflict or to withdraw from this contract. as the City may
require. and
(2) That no person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, Orokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the
Contractor or any of its agents, employees or nepresentatives. to any official, member or employee of
the City or other governmental agency with a view toward securing this contract or securing favorable
treatment with respect to the awarding or amending. or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in vioiation of ROW 50 12 0700)(b), RCW 51 15 070(1)(b). or RCW
82 32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year to nave committed any combination of two of the following violations or infractions within a five
year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
Chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The Contractor hereby certifies that rt has complied with all provisions of the Immigration and Nationality Act
now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor
employees, are lawfully permitted to perform work in the United States as provided in this agreement with the
City of Federal Way.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-9 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
Receipt of the following Addendums is hereby acknowledged:
Addendum No. Date Issued:
Addendum No. Date Issued:
Addendum No. Date Issued:
The undersigned individual represents and warrants that he or she is dully authorizedT-A-I
e bid and all
bid documents on behalf of any partnership, joint venture or corporation.
By:''
Signature
JEFF SCOTT
Printed Name
PRESIDENT
Title
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-10 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS
BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior
to the date of the Request for Bids.
Bidder Name: RW SCOTT CONSTRUCTION
Print Full Legal Name ofrF lm
By:
51g ature of Authorized Person
Title: PRESIDENT
Title of Person Signing Certificate
Date: 07/23/2020
JEFF SCOTT
Print Name of Person Making Certifications for Firm
Place: AUBURN. WA
Print City and State Where Signed
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-11 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
PROPOSAL FOR INCORPORATING R `W<` :`%`Q PW T ;- ilALS
L- APWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
1n compliance with a new law that went into effect January 1. 2016 (SHB1695). the Bidder shall
propose below, the tota: percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Sectson 9-03.21(1)E. Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage U _ percent.
Note. Use of recycled materials is highly encouraged within the limits shown above, but does
not const/fute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker. per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: RW $QOTT QQNSTRUQTIQNo��
Signature of Authorized Official
Date: 07/23/2020
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-12 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
SMALL PUBLIC WORKS CONTRACT
THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this � day of �� OA +'yl �c �
20U and is made by and between the City of Federal Way, a Washington municipal corporation ("City or
Owner"), and R 'JV Scott Construction, a Washington Corporation ("Contractor"), for the project known as SW
296th at 14th Slide Restoration (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
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 Project. Contractor shall perform
the Work in a manner consistent with accepted practices for other properly licensed contractors and in
accordance with and as described in 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.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise
to such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed seventy fOUr thousand eight hundred and fifty nine and 00!100 Dollars ($74,859.00),
which amount shall constitute full and complete payment by the City ("Total Compensation"). 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.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. 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 and absolute discretion, which shall be withheld until such
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-13 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 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 not conduct itself as nor claim to be an officer or employee of the City. 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. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 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 throL.rgh the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines. penalties, response costs. and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident io the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors. agents. employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose 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. Provided, however, the Contractor's waiver of immunity by the
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFO-14 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. 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, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-15 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 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. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and
supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans,
Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 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 in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the
Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor
shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor
shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited
to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the
costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment
when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at
the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other
special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors,
or suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
8.7 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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-16 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
8.8 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.
8.9 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.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. 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, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 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.
8.12 Sole Authority/_Discretion/Judgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: Kent Smith, P.E., Senior Capital Engineer
8.16 Notices. Any notices required to be given to Contractor or to the Engineer 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.
CONTRACTOR: R W Scott Construction
Attn:Jeff Scott
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-17 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
4005 West Valley Hwy N
Auburn, WA 98001-2442
ENGINEER: City of Federal Way
Attn: Kent Smith, P.E., Senior Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
8.17 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.
8.18 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.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. 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 (30) 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. The Contractor must notify the City in
writing if it elects to take this alternative.
DATED the day and year set forth above.
Cl 'O FEDERAL WAY:
m erre r. Mayor
3� 25 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
U*(� }
Si phanie Courtney, CMdtity Clerk
APP OVED AS TO FORM:
77
J. Ryan Call, City Attor7leY
CONTRACTOR:
Signature of Authorized Individual
Printed Name of Authorized Individual
4005 West Valley Hwy N
Street Address
Auburn. WA 98001-2442
City, State, Zip
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-18 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
ss.
COUNTY OF j
On this day personally appeared before me S( to me known to be
the r ,'�cl ,�' ofutt
,ip�,=�;that executed the foregoing
instrument, and acknowledged the said instrument to be the tree and voluntary act and deed of said
corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to
execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this
=Expimis
rehnst
blic
inplon
is DIMV/202aer 20103606
day of . i.', `0c I �� 20n.
(typed/printed name of notary)
Notary Public in and for the State of Washington
My commission expires V c I / Z --
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-19 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
PROJECT NUMBER
SAMPLE CONTRACT CHANGE ORDER
AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
EFFECTIVE DATE
CONTRACTOR
❑ Unchanged
❑ Increased by —Working Day(s)
❑ Decreased by_ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM (QTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM CITY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $,
PREVIOUS CHANGE ORDERS $,
THIS CHANGE ORDER $,
NEW CONTRACT AMOUNT $.
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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-20 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change Orders
executed during the project
Will use this form.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-21 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
Frere during Contract
Execution
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-22 PROJECT #227
CFW RFQ VERSION 2020,1UNE
Client#: 108729 SCOTRW
YYY1()
ACORM CERTIFICATE OF LIABILITY INSURANCE 8/17DATE (M12020 MlDD/MIDDI
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT NAME: Tabitha Lee
Propel InsuranceAIG No, Ext)- 800 499-0933 Fpx ,
866 577-1326
A1CNo
Tacoma Commercial Insurance AdDRRESS: Tabitha,Lee@propelinsurance.com
1201 Pacific Ave, Suite 1000 INSURER(S) AFFORDING COVERAGE NAIC #
Tacoma, WA 98402 INSURER A • Charter Oak Fire Insurance Company 25615
INSURED
R.W. Scott Construction Co.
4005 West Valley Hwy N., Ste A
Auburn, WA 98001
INSURER B: Travelers Property Casualty CoofAmerica 25674
INSURER C: Travelers Indemnity Company of America 25666
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 CONTRACT OR OTHER DOCUMENT WITH RESPECT
TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR111
TYPE OFINSURANCE
,' NSRL
SWVD
.POLICY NUMBER
Err
I !Mb DI DY'YYY'I)
°+DLIC
(Mr❑ ,,y Y)
LIMITS
A
X
i COMMERCIAL GENERAL LIABILITY
AGGREGATE s7,000,00
is
3/31/2020
3/31/2020
4TC061338913000F20
3/31/2020
03/31/2021
EACH OCCURRENCE
$1000000
�
DAMAGE TO RENTED
CLAIMS -MADE OCCUR
PREMISES (Ea occurrence)
$300,000_
XPD
Ded:2,500
MED EXP (Any one person)
$ 5 000
PERSONAL & ADV INJURY
$1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
POLICY � JECT LOC
PRODUCTS -COMP/OP AGG
$2,000 OOO
,
OTHER:
1 $
C
AUTOMOBILE LIABILITY
8108M407704202SG
0313112020
03/31/2021,(CFaaadent51NGLELJMIT
BINED
$1,000,000
DESCRIPTIONOF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Small Works Project SW 296th At 14th Slide Restoration Project #227.
Additional Insured status applies per attached form(s).
Lei 2ifi11121" ,lMi110111111 114111
City of Federal Way
Attn: Kent Smith, PE Senior Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
r„aa:,�.-,,=i,�r`- fie, ,�y.r��..x:r..>",e-•u..
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4241158/M4073470 TET00
X1 ANY AUTO
OWNED SCHEDULED
AUTOS ONLY _ AUTOS
HIRED NON -OWNED
AUTOS ONLY X AUTOS ONLY
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Per accldant
B X UMBRELLA LIAB X OCCUR
EXCESS LIAB CLAIMS -MADE
DED I XI RETENTION_$10000
A woRlcERscoMPENsanoN
AND EMPLOYERS' LIABILITY Y /"
API �" P+1t>f'RIE ifil1.1PARTNERIEXECU7VE
!C2=12!h9F4":�i?'�R Ir XC:LUOEO? N
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
A j Leased/Rent Equip
N/A
CUP1J712765202S
4TC06638913000F20
WA Stop Gap Only
QT6605C527307COF20
3/31/2020
03/31/2021
EACH OCCURRENCE $7000000
AGGREGATE s7,000,00
is
3/31/2020
3/31/2020
03/31/2021
PER E ETH -
STAT
— —
E.L. EACH ACCIDENT $1'0100 _000
E.L. DISEASE - EA EMPLOYEE $1,000,000
E.L. DISEASE - POLICY LIMIT $1,000,000
$200,000 Limit /$1K Ded
03/31/2021
DESCRIPTIONOF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Small Works Project SW 296th At 14th Slide Restoration Project #227.
Additional Insured status applies per attached form(s).
Lei 2ifi11121" ,lMi110111111 114111
City of Federal Way
Attn: Kent Smith, PE Senior Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
r„aa:,�.-,,=i,�r`- fie, ,�y.r��..x:r..>",e-•u..
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4241158/M4073470 TET00
PERFORMANCE AND PAYMENT BOND Bond No. 9354861
SW 296TH AT 14TH SLIDE RESTORATION
The City of Federal Way ("City") has awarded to R.W.Scott Construction Co. ("Principal"), a contract
for the construction of the above referenced projs;a, and aides p�ncipal i:, regUired to furnish a bond for
performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code
of Washington (RCW) and (where applicable) Chapter 60.28 RCW.
Fidelity and Deposit Company of
The Principal, and 2p land ("Surety"), a corporation organized under the laws of the
State of Illinois and licensed to do Business in the State of Washington as surety and
named in the current list of "Surety Companies Acceptable in F=ederal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and fin-n� '
bound to the City of Federal 'Way, in the sum of S vent -four Thousand, El ht Hundred Fifty-nine and Noll QD U5 Collars
(-$74 ,859A0 _�) Total Contract Arnount, subject to the provisions herein.
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have n,, I;.een fulfilled, this mond shall remain in force and effect; and
2) Pay all persons ;G::.r.:_::rdarice with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, rneci� n c;;:, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes in -,erred on said Co ntract under Titles 50 and 51 RCW and all taxes imposed on the principal
under Titin 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full furc.e. and effect.
The Sur.ay for val:.:::� received agrees that no change, extension of time, alteration or addition to the terms of the
Contract i-, u a- iiic-tions accompanying ! Contract, or to the work to be performed under the Contract shall
in any way _'ilr ct its obligation on this L::-,r1C. -,d waives notice of ary change. extension cf kir":: alteration or
addition to the terms of the Contract or the + ;. :,r, l,: Surety agrees that modii , :-:nd changes
to the terms and conditions of ale Contract that it7ur, _;;e total amount to be paid Ehe Principal shall
automatically increase the obligation of the Surety on to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully
executed, original power of or ey for the office executing on behalf of the surety.
PRINCIPAL: R.W. Sco nstruction Co. OSUR:elity and Deposit Company of Maryland
Principal Signah,,45 Dui r�re .r , 2f]
• .•
Holli Albers
Printed iVa+nePrinted Name a
.� @y .
Attorney -in -Fact -• '' < �`
Title Title s ---2b
!A,
rrrh l r l l l r i til t+��
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-23 PROJECT #227
CFW RFQ VERSION 2020- JUNE
LOCAL OFFICE/AGENT OF SURETY:
Propel Insurance
Name
1201 Pacific Avenue, Suite 1000
Street Address
Tacoma, WA 98402
City, State, Zip
253-759-2200
Telephone
BOND NO.; 9354861
APPROVED AS TO FORM: 6L
J. Ryan 4Ca]fJityyAtfftornoe-yt
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFO-24 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in Full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Karen C. SWANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU,
Christopher KINYON, Brent E. HEILESEN, Annelies M. RICHIE, Heather L. ALLEN and Kyle Joseph HOWAT, all
of Tacoma, Washington, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as
surety, and as its act and deed: any and all bonds and under(akinns, and the cxcc:ition of such bonds or undertakings in pursuance of
these presents, shall be as binding upon said Companies, as fuih amd �i:nply, to all mite,,, and purpom- s, as if they had been duly executed and
acknowledged by the regularly elected officers of the ZURIC li :'� \I J RICAN INSURANCE COMPANY at its office in New York, New
Yorle , the regularly elected officers of the COLONIAL .� I LR I C \N- C:A S l i . TR' : ; N D tit Ili T. TY COMPANY at its office in Owings
Mills, Maryland., and the regularly elected officers of the MDI=LITY AND DEPOSIT CONIPANY OF MARYLAND at its office in Owings
M i I Is, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 20th day of November, A.D. 2019.
M r.:....••
alp ,. _•_•_ ..., �q CVpl� �llry
!t
SEAL
x
} 'ti low
By: Robert D. Murray
Vice President
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Aea5,�911•a 911'irdln/h.
� : czr Y•'
d : a -
-,
On this 20th day of November, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid. and ttiat the seals afFixLd to d,c nrt—cedi w iiiJrumcriI arc the Corporate Seals of said Com ll:iulie., ❑r d rli:u rht - �Ll Corporate Seals and
the sign.litL L: s::::,cir ui111� :S ILA.: duly affi.s�d a11d ub,,1 i[xci to rile' ;.rid iko ti anent by the authority and direction of the said (. 5 i110:i rr urs.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Tit!& SW 296th At 14th Slide Restoration
RFB No:
Contractor: R W Scott Construction
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 unless the Contractor elects that the City
may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW
39.08.010.
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, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld
under the terms of this contract:
0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
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 ,I. submit a "Retainage Bond" on City -provided form included in these
Contract Documents,
f
Contr of Signature Date
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-25 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
RETAINAGE BOND TO CITY OF FEDERAL WAY
SW 296TH AT 14TH SLIDE RESTORATION
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"), are jointly and
severally held and firmly bonded to the City of Federal Way ("City") 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 above -referenced Project, which contract is incorporated herein by this reference
("Contract"), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned
by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the
City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or
material men who shall perform any labor upon such contract or the doing of such work, and all persons who
shall supply such person or persons 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
ti 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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-26 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
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
20_, the name and corporate seal of each corporate party hereto affixed, and these
presents duly signed by its undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL:
CORPORATE SEAL:
PRINCIPAL:
By:
Title:
Address:
SURETY:
By.
Attorney -in -Fact
(Attach Power of Attorney)
Title:
Address:
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-27 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
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 of Principal
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that
who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
Secretary of Surety
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
RFQ-28 PROJECT #227
CFW RFQ VERSION 2020 -JUNE
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 SW 296TH AT 14TH SLIDE RESTORATION
SPA PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the realignment of the roadway and stormwater
conveyance system at the end of SW 296th St adjacent to 1445 SW 296th St in response to
landslide activity. This shall include asphalt pavement removal and replacement, removal and
replacement of existing stormwater conveyance outfall and catch basins, tree removal, grading
of hillside, removal and replacement of guardrail, and removal and replacement of landscaping
improvements 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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -2 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -3 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
1-01.3 Definitions
(--PROJECT-SPECIFIC SPECIAL PROVISION')
Bid Opening Date
The date on which the Contracting Agency receives the Bids.
1-02 BID PROCEDURES AND CCINDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified
to be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
Reduced Plans (11" x 17") 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 8, 2013 APWA GSP)
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -4 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.6 Preparation of _Proposal
(July 11, 2018 APWA GSP)
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).
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -5 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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.
(April 12, 2019 CFW GSP)
Section 1-02.6 is supplemented with the following:
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
Add the following new section:
1-02.6(l) 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 deposit
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Delete this section in its entirety
1-02.9 Delivery of Proposal
l"PROJECT-SPECIFIC SPECIAL PROVISION***)
Delete this section and replace it with the following:
Proposals shall be submitted via email only. Proposals shall be in one portable
document format (PDF) file with official scanned or electronic verified signature.
Proposals containing multiple PDFs will be rejected.
Subject line of the email shall state: "Bid — SW 296th at 14th Slide Restoration
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Delete this section, and replace it with the following:
Proposals may be modified up to the date and time of bid opening after email a new
complete package with the subject line that sates "Bid - SW 296th at 14th Slide
Restoration — REVISED."
1-02.12 Public Opening of Proposals
(---PROJECT-SPECIFIC SPECIAL PROVISION***)
Delete this section in its entirety.
1-02.13 Irregular Proposals
(December 19, 2019 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;
CITY OF FEDERAL WAY SW 296"" AT 14T" SLIDE RESTORATION
SP -6 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE participation commitment, if applicable, as required in Section
1-02.6, or if the written confirmation that is submitted fails to meet the
requirements of the Special Provisions;
j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to meet
the requirements of the Special Provisions;
I. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -7 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder does not owe delinquent taxes to the Washington State
Department of Revenue, or if delinquent taxes are owed to the Washington
State Department of Revenue, the Bidder must submit a written payment plan
approved by the Department of Revenue, to the Contracting Agency by the
deadline listed below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibili_
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub -tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4.Claims Against Retainacle and Bands
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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -8 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and
the ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. DOcunientation: 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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -9 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient in the sole judgment of the Contracting Agency) demonstrating compliance
with the Supplemental Criteria. The Contracting Agency reserves the right to request
further documentation as needed from the low Bidder and documentation from other
Bidders as well to assess Bidder responsibility and compliance with all bidder
responsibility criteria. The Contracting Agency also reserves the right to obtain
information from third -parties and independent sources of information concerning a
Bidder's compliance with the mandatory and supplemental criteria, and to use that
information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental
criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency
which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
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 EXE _QT_1 dN OF CONTRACT
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -10 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
exists between the price per unit and the extended amount of any bid item, the price per
unit will control. If a minimum bid amount has been established for any item and the
bidder's unit or lump sum rice is less than the minimum specified arnount. the
Contracting Agency will unilaterally revise the unit or lump sum price. to the minimum
specified amount and recaiculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and/or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie-breaker will be the Bidder with an equal lowest bid. that proposed to use the
hi hest percentage of recycled materials in the Project. per the Form submitted with the
Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly ecrual
to the highest proposed recycled materials amount_ are eligible to draw.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions including the unsigned Form of Contract will be
available for signature by the successful bidder on the first _business day following
award. The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency -prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SPA PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that.
a. Is registered with the Washington State Insurance Commissioner,
and
Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
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:
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -12 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 0i= THE WORK
1-04.2 Coordination of Contract Documents, Pians. Special Provisions, Specificatioras
and Addenda
(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.
1-04.4 Chap
(April 30, 2020 WSDOT GSP, OPTION 1)
Section 1-04.4 is supplemented with the following:
Change Orders will be transmitted electronically to the Contractor for signature. The
Contractor shall apply all signatures electronically using the software provided by the
Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall
submit a Type 1 Working Drawing consisting of the names, email addresses, and text -
message capable phone numbers for the authorized change order signers and shall
bear the name, phone number and email of the officer providing this authorization.
Delegation of authority to sign Change Orders shall be by the officer authorized to sign
the Contract in accordance with Section 1-02.1
1-05 CONTRO' OF WOR
1-05.4 Conformity With and Deviations from Plans and Stakes
(August 7, 2017 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -13 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Contractor Surveying — Roadway
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed,
drainage, surfacing, paving, channelization and pavement marking, illumination and
signals, guardrails and barriers, and signing. Except for the survey control data to be
furnished by the Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the Contractor's
responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout
the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5
feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise
shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal an(
offset stakes to all drainage
greater than 25 feet.
CITY OF FEDERAL WAY
vertical location of all drainage features, placing
structures and to pipes at a horizontal interval not
SW 296TH AT 14TH SLIDE RESTORATION
SP -14 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at
additional points such that the transverse spacing of stakes is not more than 12
feet. If GPS Machine Controls are used to provide grade control, then roadbed
and surfacing stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work
throughout the project.
8. Provide references for paving pins at 25 -foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
new pavement to existing pavement. The Contractor shall submit these changes
to the Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions
of two primary control points used for the horizontal and vertical control, and descriptions
of two additional primary control points for every additional three miles of project length.
Primary control points will be described by reference to the project alignment and the
coordinate system and elevation datum utilized by the project. In addition, the
Contracting Agency will supply horizontal coordinates for the beginning and ending
points and for each Point of Intersection (PI) on each alignment included in the project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
CITY OF FEDERAL WAY
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
SW 296TH AT 14TH SLIDE RESTORATION
SP -15 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Stationing on roadway N/A
±0.1 feet
Alignment on roadway N/A
±0.04 feet
Surfacing grade stakes ±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks
will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked are
within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency
will verify these coordinates prior to issuing approval to the Contractor for commencing
with the work. The Contracting Agency will require up to seven calendar days from the
date the data is received.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal.
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -16 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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
1-05.11(1) Substantiai Com2letion 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
CITY OF FEDERAL WAY SW 296T" AT 14TH SLIDE RESTORATION
SP -17 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -18 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
1-05.12(l) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's
notice. In case of an emergency, where damage may result from delay or where
loss of services may result, such corrections may be made by the Contracting
Agency's own forces or another contractor, In which case the cost of corrections
shall be paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished
and the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
1-05.13 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
CITY OF FEDERAL WAY SW 296"" AT 14'}' SLIDE RESTORATION
SP -19 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
1-05.17 As -Built Survey and Record Drawings
(December 2, 2019 CFW GSP)
Section 1-05.17 is a new section:
As -Built Survey
After construction has been completed the Contractor shall perform an as -built survey
and provide the information (including point files) in AutoCAD 2019 or later version file to
the Engineer.
The applicable tolerance limits for the as -built survey include, but are not limited to the
following:
As -built sanitary & storm invert and
grate elevations
As -built monumentation
As -built waterlines, inverts, valves,
hydrants
As -built ponds/swales/water features
As -built buildings (fin. Floor elev.)
As -built gas lines, power, TV, Tel, Com
Vertical
± 0.01 foot
± 0.001 foot
± 0.10 foot
± 0.10 foot
± 0.01 foot
± 0.10 foot
Horizontal
± 0.01 foot
± 0.001 foot
± 0.10 foot
± 0.10 foot
± 0.10 foot
± 0.10 foot
As -built signs, signals, etc. N/A ± 0.10 foot
This as -built survey shall consist of the following:
• Survey of rim elevation, sump elevations, and invert elevations of all storm
drainage structures installed, modified or left in place within the limits of this
contract. Storm pipe diameter and material; drainage structure type, size, lid type
(solid cover or grate, standard or heavy duty), and lid shape; model No. of CB
water quality treatment inserts installed, flowline of open channel conveyance
systems at 50 -foot max. intervals, and retaining wall footing drains, including
cleanouts.
Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have
one survey shot in the center of the manhole or valve cover, or at the center of
the fire hydrant. Utility handholes and boxes shall have two shots on opposite
corners of the cover.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -20 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
Final curb elevations, with a minimum of 8 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb
installed in this contract (at flowline of the curbs).
Final elevations at the front and back of walk throughout the project limits.
Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of this
contract.
Shots to delineate all channelization installed in this contract.
Record Drawings
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly
identified in red ink in a comprehensive manner on one set of full size Plans. These
Record Drawing shall be kept separate from other Plan sheets, and shall be clearly
marked as Record Drawings. The Record Drawings shall be kept on site, and shall be
available for review by the Contracting Agency at all times. The Contractor shall bring
the Record Drawings to each progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked -up drawings in electronic PDF format that are signed and certified by the
Contractor or their surveyor. The Certification on each page of the record drawings shall
state that said drawings are an accurate depiction of built conditions. City acceptance of
the Record Drawings is one of the requirements for achieving Physical Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that
were not shown on the approved construction drawings.
Accurate locations of storm drainage (including invert elevations), sanitary sewer,
water mains and other water appurtenances, structures, conduits, light
standards, vaults, width of roadways, sidewalks, landscaping areas,
channelization and pavement markings, etc. Record drawings shall reflect actual
dimensions, arrangement, and materials used when different than shown in the
Plans. As -built survey information shall be used to confirm information shown on
record drawings.
• Changes made by Change Order or Field Directive
Changes made by the Contractor as approved by the Engineer.
• Pothole information gathered by the Contractor.
Payment
Payment will be made in accordance with Section 1-04.1 for the following bid item(s)
when included in the proposal:
"As -Built Survey and Record Drawings", lump sum.
CITY OF FEDERAL WAY SW 296TH AT 14T" SLIDE RESTORATION
SP -21 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay
for all labor, equipment, materials, and supervision utilized to perform the work specified,
including any surveying, checking, correction of errors, preparation of record drawings,
and coordination efforts.
1-05.13 Contractor's Dail friary
(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.
0 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.
• 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.
7 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -22 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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
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 F 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.
CITY OF FEDERAL WAY SW 296T" AT 14' SLIDE RESTORATION
SP -23 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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.
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 P_!JB_41C
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,
,CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -24 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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:
(May 13, 2020 WSDOT GSP, OPTION 4)
In response to COVID-19, the Contractor shall prepare a project specific COVID-19
health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented
in these specifications, COVID-19 Health and Safety Plan (CHSP).
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
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:
1-97.2 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -25 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
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).
1-07.4 Sanitation
Section 1-07.4(2) is supplemented with the following.
CITY OF FEDERAL WAY SW 296T" AT 14' SLIDE RESTORATION
SP -26 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
1-07.4(2) Health Hazards
(May 13, 2020, WSDOT GSP, OPTION 2)
COVID-19 Health & Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 health and safety plan
(CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior
to beginning physical Work. The CHSP shall be based on the most current State and
Federal requirements. If the State or Federal requirements are revised, the CHSP shall
be updated as necessary to conform to the current requirements.
The Contractor shall update and resubmit the CHSP as the work progresses and new
activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the
conditions change on the project, or a particular activity, the Contractor shall update and
resubmit the CHSP. Work on any activity shall cease if conditions prevent full
compliance with the CHSP.
The CHSP shall address the health and safety of all people associated with the project
including State workers in the field, Contractor personnel, consultants, project staff,
subcontractors, suppliers and anyone on the project site, staging areas, or yards.
COVID-19 Health and Safety Plan (CHSP) Inspection
The Contractor shall grant full and unrestricted access to the Engineer for CHSP
Inspections. The Engineer (or designee) will conduct periodic compliance inspections
on the project site, staging areas, or yards to verify that any ongoing work activity is
following the CHSP plan. If the Engineer becomes aware of a noncompliance incident
either through a site inspection or other means, the Contractor will be notified
immediately (within 1 hour). The contractor shall immediately remedy the
noncompliance incident or suspend all or part of the associated work activity. The
Contractor shall satisfy the Engineer that the noncompliance incident has been corrected
before the suspension will end.
1-07.5 Environmental Regulations
Section 1-07.5 is supplemented with the following:
(September 20, 2010, WSDOT GSP, OPTION 1)
Environmental Commitments
The following Provisions summarize the requirements, in addition to those required
elsewhere in the Contract, imposed upon the Contracting Agency by the various
documents referenced in the Special Provision Permits and Licenses. Throughout the
work, the Contractor shall comply with the following requirements:
(August 3, 2009, WSDOT GSP, OPTION 2)
Payment
All costs to comply with this special provision for the environmental commitments and
requirements are incidental to the contract and are the responsibility of the Contractor.
The Contractor shall include all related costs in the associated bid prices of the contract.
'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
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -27 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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.
(January 2, 2018 WSDOT GSP, OPTION 1)
Section 1-07.6 is supplemented with the following:
The Contracting Agency has obtained the below -listed permit(s) for this project. A copy
of the permit(s) is attached as an appendix for informational purposes. Copies of these
permits, including a copy of the Transfer of Coverage form, when applicable, are
required to be onsite at all times.
Contact with the permitting agencies, concerning the below -listed permit(s), shall be
made through the Engineer with the exception of when the Construction Stormwater
General Permit coverage is transferred to the Contractor, direct communication with the
Department of Ecology is allowed. The Contractor shall be responsible for obtaining
Ecology's approval for any Work requiring additional approvals (e.g. Request for
Chemical Treatment Form). The Contractor shall obtain additional permits as necessary.
All costs to obtain and comply with additional permits shall be included in the applicable
Bid items for the Work involved.
Construction Stormwater General Permit
• Any other permits included in Appendices
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
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and
Certified Payrolls, including a signed Statement of Compliance for Federal -aid
projects, shall be submitted to the Engineer using the State L&I online Prevailing
Wage Intent & Affidavit (PWIA) system.
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall
submit to the Engineer the following for themselves and for each firm covered 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -28 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 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 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).
1-07.17 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
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
Century Link
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -29 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
Zayo
Attn: Jason Tesdal
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
AT&T
Attn: Daniel McGeough
11241 Willows Rd NE, #130
Redmond, WA 98052
Telephone: (425) 896-9830
City of FW IT Dept (City Fiber)
Attn: Thomas Fichtner
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-2547
South King Fire & Rescue
31617 1 st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
1-07.18 Public Liability and PropertV 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -30 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
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:
10 The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
® The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -31 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work. Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -32 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
CITY OF FEDERAL WAY SW 296TH AT 14T" SLIDE RESTORATION
SP -33 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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)) 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.
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 Safet
1-07.23(1) Construction under Traffic
(February 3, 2020 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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -34 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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
35 mph or less 10
40 mph 15
45 to 50 mph 1 _ 20
1 55 to 60 mph 30
60 mph or greater 35
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:
® 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.
The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -35 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
• 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.
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.
Lane closures are not allowed within the City Center zone from the Friday after
Thanksgiving Day ("Black Friday") until the first City recognized business day of
the following year without written approval by the Engineer. The boundaries of
the City Center zone are identified in the City of Federal Way Comprehensive
Plan. In general, it is the area located within the following boundaries:
Northern boundary: S 312th Street
Southern boundary: S 324th Street
Eastern boundary: Interstate 5
Western boundary: 14th Ave S (future extension) /west of 320th Public
Library / 11th PI S
CITY OF FEDERAL WAY SW 296TH AT 14T" SLIDE RESTORATION
SP -36 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
(April 12, 2018 CFW GSP)
Section 1-07.24 is supplemented with the following::
The Contractor shall be responsible to abide by the right -of -entry agreements with
adjacent property owners that have been obtained (if any) by the City for this project.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -37 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Please note these agreements may be included as an appendix or will be made
available upon request of the Contractor.
Right -of -entries on adjacent private property have been secured for purposes such as:
construction of driveways, slope restoration, drainage, utilities, irrigation, and/or property
restoration. The Contractor is expressly forbidden from using right -of -entry areas for
vehicle or equipment storage or material stockpiling without first receiving written
approval from the property owner. A copy of the written approval shall be provided to
the Engineer before the Contractor stores any equipment or materials. Written
permission from property owners does not relieve the Contractor of their obligation to
receive permission from the City Community Development Department for the use of
sites as staging areas, if required.
Right -of -entry agreements may include responsibilities for the Contractor, such as: listing
property owners as additional insured; providing advance notice to certain
representatives; or daily site cleanup requirements. These responsibilities are listed as
examples only and the right -of -entry documents should be reviewed by the Contractor to
determine all necessary requirements.
Owners of certain properties have placed limitations on their right -of -entries as described
below:
1-07.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners / tenants that are located adjacent to the project. The Contractor, along with the
City's inspector & project engineer, shall have one formal meeting (door-to-door project
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
1-08 PRQSECU T 0QN 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;
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -38 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -39 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
1-08A Subcontracting
(MaV 30 2010 APWA GSP OPTION B
Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify---
1-08.3
ertify ..
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
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -40 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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 day and 4 daVs 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 daV of that week wile be charcled 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
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).
CITY OF FEDERAL WAY SW 296T" AT 14TH SLIDE RESTORATION
SP -41 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
g. Properly owner re#eases 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 15 working days.
1-08.6 Suspension of Work
(January 2, 2018 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for
all materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical
materials. Such purchase orders shall disclose the purchase order date and estimated
delivery dates for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 120 calendar days after execution by the Contracting Agency, whichever
occurs first.
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 $500.00 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
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -42 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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 Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer rnay 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
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -43 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
1-09.9 Payments
(April 30, 2020 WSDOT GSP, OPTION 2)
Section 1-09.9 is supplemented with the following:
The Contractor shall sign electronically using the software provided by the Contracting
Agency and return the Final Contract Voucher Certification (FCVC) as indicated in this
section. Within 21 days of execution, the Contractor shall submit a Type 1 Working
Drawing designating who will sign the FCVC, including their full name, email address,
and text -message capable phone number. The designee shall be an authorized signer
in accordance with Section 1-02.1
(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:
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -44 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.11 Disputes 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 SW 296T" AT 14T" SLIDE RESTORATION
SP -45 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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:
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:
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 SW 296TH AT 14TH SLIDE RESTORATION
SP -46 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
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:
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 SW 296T" AT 14T" SLIDE RESTORATION
SP -47 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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.
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 SW 296T" AT 14T" SLIDE RESTORATION
SP -48 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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.
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.
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 riot 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 SW 296TH AT 14TH SLIDE RESTORATION
SP -49 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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
parry.
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
referenced in the position paper, shall be tabbed, indexed,
and the pages consecutively numbered.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -50 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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 parry'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 parry, 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.
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.
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -51 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
disagreement, the Board shall make the final
determination as to who attends the hearing.
d. Attorneys shall not attend hearings except as follows
Attorneys are identified as such on the list of
proposed attendees;
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.
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.
Either party may request that the Board direct a
question to, or request a clarification from the other
CITY OF FEDERAL WAY SW 296T" AT 14TH SLIDE RESTORATION
SP -52 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
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.
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.
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:
CITY OF FEDERAL WAY SW 296"" AT 14TH SLIDE RESTORATION
SP -53 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
The expert's name and a general statement of
the area of the dispute that will be covered by his
or her testimony.
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.
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:
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:
A statement explaining why the expert assistance
is needed.
ii. An estimate of the cost of the expert assistance.
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -54 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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:
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.
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.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -55 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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 Parry
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.
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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -56 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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 $250,006 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 head darters is located, provided that where claims sub est
to arbitration are asserted against a county. RCW 36.01.050 shall control venue
and jurisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1=10 TEMPORARY TRAFFIC CQNTRQL
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:
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -57 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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 othcr than those provided
in these Contract Documents, the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation. These plans shall supplement
Construction Staging Plans. The plans as provided by the Contractor shall
include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City
of Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective
tubular markers shall be required for each shift of traffic control. The
Contractor shall provide temporary striping, reflective marking tape, and/or
reflective tubular markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control
device spacing, tapers, etc., to scale, and shall contain accurate dimensions
and legends and shall be signed by the preparer.
1-10.2(3) Conformance to Established Standards
(February 3, 2020 WSDOT GSP, OPTION 1)
Section 1-10.2(3) is revised to read:
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -58 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
Flagging, signs, and all other traffic control devices and procedures furnished or
provided shall conform to the standards established in the latest WSDOT
adopted edition (in accordance with WAC 468-95) of the MUTCD, published by
the U.S. Department of Transportation, and the 2005 draft version of the Public
Rights -of -Way Accessibility Guidelines (PROWAG): https://www.access-
board.gov/g uidlines-and-standards/streets-sidewalks/public-rights-of-
way/background/revised-draft-guidelines. Judgement of the quality of devices
furnished will be based upon Quality Guidelines for Temporary Traffic Control
Devices, published by the American Traffic Safety Services Association. Copies
of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may
be purchased from the American Traffic Safety Services Association, 15
Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022.
In addition to the standards of the MUTCD described above, the Contracting
Agency enforces crashworthiness requirements for most work zone devices. The
AASHTO Manual for Assessing Safety Hardware (MASH) has superseded the
National Cooperative Highway Research Project (NCHRP) Report 350 as the
established requirements for crash testing. Temporary traffic control devices
manufactured after December 31, 2019 shall be compliant with the 2016 edition
of the Manual for Assessing Safety Hardware (MASH 16) crash test
requirements, as determined by the Contracting Agency, except as follows:
In situations where a MASH 16 compliant traffic control device does not exist
and there are no available traffic control devices that were manufactured on
or before December 31, 2019, then a traffic control dcvicc manufactured after
December 31, 2019 that is compliant with either NCHRP 350 or the 2009
edition of the Manual for Assessing Safety Hardware (MASH 09) is allowed
for use with approval of the Engineer.
2. Temporary traffic control devices that were manufactured on or before
December 31, 2019, and were successfully tested to National Cooperative
Highway Research Program (NCHRP) Report 350 or MASH 09 may continue
to be used on WSDOT projects throughout their normal service life.
3. Small and lightweight channelizing and delineating devices, including cones,
tubular markers, flexible delineator posts, and plastic drums, shall meet the
requirements of either NCHRP 350, MASH 09, or MASH 16, as determined
by the manufacturer of the device.
4. A determination of crashworthiness for acceptance of trailer -mounted devices
such as arrow displays, temporary traffic signals, area lighting supports, and
portable changeable message signs is currently not required.
The condition of signs and traffic control devices shall be acceptable or marginal
as defined in the book Quality Guidelines for Temporary Traffic Control Devices,
and will be accepted based on a visual inspection by the Engineer. The
Engineer's decision on the condition of a sign or traffic control device shall be
final. A sign or traffic control device determined to be unacceptable shall be
removed from the project and replaced within 12 hours of notification.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -59 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
1-10.3 Traffic Control Labor, Procedures and Devices
(May 20, 2020 WSDOT GSP, OPTION 1)
Section 1-10.3 is supplemented with the following:
Contractor Provided Uniformed Police Officers
The Contractor shall provide, direct, and monitor Uniformed Police Officers having
jurisdiction to control traffic in accordance with the Plans. A uniformed police officer
(UPO) is a sworn police officer from a local law enforcement agency or a Washington
State Patrol officer. The UPO shall provide traffic control as shown
The following contact information for potential service providers is supplied for the
Contractor's convenience:
Off -Duty Officer Resource List
Federal Way Police Department (253) 835-6701 or (253) 835-6700
Saturday/Sunday Cancellations (253) 835-6851
King County Sheriff's Officers (206) 957-0935 ext 1
Washington State Patrol (WSP) Officers (425) 401-7788
Permission is required from the City of Federal Way Police Chief prior to King
County Sheriff's or WSP officers working within the City. No other agencies or
private companies are authorized to perform off-duty work within the City without
project -specific approval from the Police Chief or his designee (Lynnette Allen,
253-835-6701).
(June 127, 2020 CFW GSP)
Section 1-10.3 is supplemented with the following:
Off-duty uniformed police officer will be required when the signal system is in
flashing mode or is not operational or when otherwise deemed necessary by the
Project Engineer. The signal should only be switched into flash_ mode upon
approval by the City.
The type of work that requires a UPO at the intersection may include, but is not
limited to: installation of signal poles, signal switchover, paving, striping,
excavation in the intersection. The Contractor shall minimize traffic impacts at
intersections whenever possible.
The Contractor shall minimize the limits of the work zone area at intersections in
order to reduce the use of off-duty uniformed police officers whenever possible.
If there are multiple lanes of traffic and the nature of the work allows, the
Contractor shall keep as many lanes open as possible in order to maintain two-
way traffic that is controlled by the signal.
Intersection traffic may not be flagged with an active signal in full operation.
Flaggers may not be placed at the center of an intersection per WAC 468-95-
302. The only person allowed to legally control traffic from the center of an
intersection is a uniformed police officer.
1-10.4 Measurement
1-10.4(1) Lump Sum Bid for Proiect (No Unit Items)
(August 2, 2004 WSDOT GSP, OPTION 1)'
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -60 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
Section 1-10.4(1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control', lump sum.
The provisions of Section 1-10.4(1) shall apply.
END OF DIVISION 1
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -61 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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 1a/2 -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
of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or
other steel posts having equivalent strength and bending resistance to the post
sizes listed. The spacing of the support posts shall be a maximum of 6'/2 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 measured by force account.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -62 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
2-01.5 Payment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", lump sum.
"Roadside Cleanup'_. force account.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02,3 Construction Bequirements
(February 17, 1998 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The Contractor shall remove and dispose of all items shown on the plans and other
minor items necessary to complete the work. The following partial list of items to be
removed and disposed of is provided for the convenience of the contractor. The
contractor shall review the plans, specifications, and project site to verify other items to
be removed.
Items to be removed include, but is not limited to, the followin
ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE
FOLLOWING:
STATION I ITEM DESCRIPTION QUANTITY
OFFSET
Remove Existing Beam 15 LF
Guardrail
Remove Existing Erosion 500S
Control
ITEMS TO BE SALVAGED TO THE CITY INCLUDE, BUT IS NOT LIMITED
TO, THE FOLLOWING:
Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are
included in the "Roadway Excavation Incl. Haul' bid item.
2-02.3 Construction Requirements
2-02.3(3) Removal of Pavement Sidewalks Curbs. and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement to
remain. The Engineer shall approve the equipment and procedures used to
make the full -depth sawcut. No wastewater from the sawcutting operation shall
be released directly to any stream or storm sewer system. Removal of
pavement, curbs, gutters, and sidewalks within the entire project limits shall be
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -63 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
measured and paid as "Roadway Excavation incl. Haul" in accordance with
Section 2-03.
2-02.3(4) Removal of Drainage Structures
(April 12, 2018 CFW GSP)
Section 2-02.3(4) is a new section:
Where shown in the Plans or where designated by the Engineer, the Contractor
shall remove existing catch basins, manholes, pipes, and other drainage features
in accordance with Section 2-02 of the Standard Specifications. Removal shall
be conducted in such a manner as to prevent damage to surrounding facilities
including any existing storm sewers, sanitary sewers, electrical conduits or other
facilities to remain. All remaining facilities including but not limited to storm
sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits
damaged due to the Contractor's operations shall be replaced by the Contractor
to the satisfaction of the Engineer at no additional cost to the Contracting Agency.
Catch basins, manholes, and other drainage structures designated for removal,
including all debris, shall be completely removed. All removed catch basins,
manholes, and other drainage structures shall become the property of the
Contractor and shall be disposed of in accordance with Section 2-02 of the
Standard Specifications. All undamaged frames, grates, and solid covers in a re -
useable condition shall become the property of the City of Federal Way and shall
be delivered to a location specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement
concrete curb and gutter surrounding the structure required for removal will be
considered incidental to the removal of the catch basin, manhole, or other
drainage structures. Sawcuts shall be in accordance with Section 2-02 of these
Special Provisions.
Backfilling of catch basins, manholes, pipes and other drainage structures to be
removed and replaced shall not be performed until the new structure is installed
and shall be in accordance with Section 7-05. Backfilling of a structure to be
replaced shall be considered incidental to the construction and installation of the
new catch basin, manhole, or other drainage structure. Backfilling of catch
basins, manholes, pipes and other drainage structures to be completely removed
shall be performed using gravel borrow paid in accordance with the Bid
Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the
plans. Pipe shown to be abandoned or ordered by the Engineer to be
abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the
Standard Specifications. Plugging pipe ends shall be considered incidental and
included in the pipe removal and no additional payment will be made.
The Contractor shall maintain existing drainage, where designated by the
Engineer, until the new drainage system is completely installed and functioning.
2-02.3(5) Adjust Existin_q Utility to Grade
(April 12, 2018 CFW GSP)
2-02.3(5) is a new section:
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -64 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
As shown in the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work,
familiarize himself with the existing utility locations. The Contractor shall adjust
City -owned utilities. Final adjustment shall be smooth and flush with finished
grade. The Contractor shall mark the location of all utilities prior to paving the
new surface. Unless otherwise provided for in the Special Provisions and
Proposal, costs for adjusting utilities to grade, including coordinating the work
with other utilities, shall be incidental to the various items of work and no
additional compensation will be allowed.
Existing facilities shall be adjusted to the finished grade as shown in the
Drawings and as further specified herein. Existing box, ring, grate, and cover
shall be reset in a careful and workmanlike manner to conform to the new grade.
Special care shall be exercised in all operations. Any damage occurring to the
manholes, concrete inlets, monument cases, valve boxes, or water mains, due to
the Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch
basins, monument cases, meter boxes, and valve boxes encountered, and shall
submit a copy of these references to the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6 -inch -deep and 6 -inch -wide concrete
collar installed and restored with 3 inches of crushed surfacing top
course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See City standard
detail for Utility Adjustment.
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.
2-02.4 Vacant
(April 12, 2018 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -65 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
2-02.4 Measurement
"Remove Existing Catch Basin" will be measured per each.
"Remove Existing Storm Sewer Pipe" will be measured per lineal foot.
2-02.5 Pa ment
(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 Existing Catch Basin", per each.
"Remove Existing Storm Sewer Pipe", per linear foot.
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where
appropriate.
The removed pavement shall become the property of the Contractor and shall be
removed from the project. Damage caused to portions of the pavement to remain, due to
the Contractor's operation, shall be repaired by the Contractor at the Contractor's
expense and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will
be made.
2-03.3 Construction Requirements
Section 2-03-300) Selected Material
(April 12, 2018 CFW GSP)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the
project shall meet the requirements of specified in Section 9-03.14(3) for
Common Borrow.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -66 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
Section 2-03.3(14)G Backfilling
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or
provide import Gravel Borrow as required to complete the work. Backfill all
embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments,
Method C.
Section 2-03.3(14)N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each
section shall be sufficiently small so that the removal of soil and placement of
backfill can be accomplished on the same day. No soil shall be left un -
compacted and exposed to water. Soil that is too wet for compaction shall be
removed and replaced with Gravel Borrow material. Grading and earthwork
should not be accomplished during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidder's inspection,
before the opening of bids, at the Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross-sections will be furnished
to the successful bidder on request to the Engineer.
(April 12, 2018 CFW GSP)
Section 2-03.4 is supplemented with the following:
If the Contractor excavates outside the neat -line limits designated for "Roadway
Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the
Contractor's benefit and shall be included in the cost of other Bid Items.
2-03.5 Payment
(April 12, 2018 CFW GSP)
Section 2-03.5 is supplemented with the following.
CITY OF FEDERAL WAY SW 296TH AT 14TH SLIDE RESTORATION
SP -67 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
Payment will be made in accordance with Section 1-04.1 for the following bid items
when included in the proposal:
"Roadway Excavation Incl. Haul", per cubic yard.
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2- 9STRUCTURE-EXCAVATiON
209.3 Construction Requirements
2-09,3(1) General Requirements
(March 17, 2020 CFW GSP)
Section 2-09.3(1) is supplemented with the following:
All shoring, including sheeting and bracing, or equivalent trench stabilization and
worker protection system required to perform and protect the excavation, and to
safeguard the personnel who may enter the excavation, shall be furnished by the
Contractor. If workers enter any trench or other excavation four feet (4) or more
in depth that does not meet the open pit requirements as generally set forth in
Section 2-09.3(3)B, it shall be shored.
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work, the Contractor shall remove all shoring, unless
otherwise shown on the Plans or directed by the Engineer.
The Contractor is advised that the Contracting Agency has not so delegated, and
the Engineer does not purport to be, a trench excavation system safety expert, is
not so engaged in that capacity under this Contract, and has neither the authority
nor the responsibility to enforce construction safety laws, rules, regulations, or
procedures, or to order the suspension of work for claimed violations of trench
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
inspection shall not make the Contracting Agency responsible for the
enforcement of such laws, rules, regulations, or procedures.. nor shall such make
the Contracting Agency responsible for construction means, methods.
techniques, sequences, procedures, or for the Contractor's failure to properly
perform the Work necessary for proper trench excavation.
2-09.3 1 D Disposal of Excavated Material
(March 17, 2020 CFW GSP)
Replace the third paragraph with the following:
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -68 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
If the Contract includes Structure Excavation, Class A or B, including
haul; Shoring or Extra Excavation, Class A or B; or Trench Safety
System, the unit contract price shall include all costs for loading and
hauling excavated materials to a permitted disposal site, or to and from a
temporary stockpile. Any such stockpiled materials, either suitable or
designated for incorporation into the project, shall be handled in
accordance with Section 2-09.3(1)E.
2-09.3(1)E Backfilling
(April 12, 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of
Structures and Obstructions shall be a necessary part of and incidental to
the excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
2-09.3(3) Construction RegUirements, Structure Excavation, Class A
2-09.3(3)F Trench Safety Systems
(March 17, 2020 CFW GSP)
Add the following new subsection:
The Contractor shall provide all materials, labor, and equipment
necessary to shore trenches to protect the Work, and existing
improvements and natural features not designated for removal, and to
provide safe working conditions in the trench. The Contractor may elect
to use any combination of shoring and overbreak, tunneling, boring,
sliding trench shield, or other method of accomplishing the Work
consistent with applicable local, State, or Federal safety codes.
If workers enter any trench four (4) feet or more in depth that does not
meet the open pit requirements of Section 2-09.3(3)B, the excavation
shall be shored as provided in Section 2-09.3(4). The Contractor alone
shall be responsible for worker safety, and the Contracting Agency
assumes no responsibility.
Upon completing the Work, the Contractor shall remove all shoring unless
the Plans or the Engineer direct otherwise.
Shoring to be removed, or moveable trench shields or boxes, shall be
located at least two and one-half (2-1/2) pipe diameters away from metal
or thermoplastic pipe if the bottom of the shoring, shield, or box extends
below the top of the pipe, unless a satisfactory means of reconsolidating
the bedding or side support material disturbed by shoring removal can be
demonstrated.
Damages resulting from improper shoring or failure to shore shall be the
sole responsibility of the Contractor.
The furnishing by the Contracting Agency of resident project
representation and inspection shall not make the Contracting Agency
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -69 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
responsible for the enforcement of such laws, rules, regulations, or
procedures, nor shall such make the Contracting Agency responsible for
construction means, methods techniques, sequences. procedures, or for
the Contractor's failure to properly perform the Work necessary for proper
trench excavation safety.
2-09.4 Measurement
(March 17, 2020 CFW GSP)
Section 2-09.4 is supplemented with the following:
Shoring or Extra Excavation Class B will be measured for payment only when the
excavation is four -feet (4') or deeper.
No unit of measurement shall apply to the lump sum price for "Trench Safety System".
2-09.5 Paynnent
(March 17, 2020 CFW CSP)
Replace the fourteenth paragraph with the following:
The unit contract price per square foot for "Shoring or Extra Excavation Class B" shall be
full pay for furnishing, placing, moving, and removing temporary sharing, or equivalent
trench stabilization and worker protection system, and for all excavation, backfill,
compact, and other work required when extra excavation is used in lieu of such
temporary shoring or equivalent trench safety system. If select backfill material is
required for backfilling within the limits of the excavation, it shall also be required as
backfill material for the extra excavation at the Contractor's expense.
(March 17, 2020 CFW CSP)
Replace the fifteenth paragraph with the following:
"Trench Safety System", lump sum.
If there is no bid item for Shoring or Extra Excavation, Class B on a square foot basis
and the nature of the excavation is such that shoring is required then the lump sum
contract price for "Trench Safety System" shall be full payment for:
1) All temporary shoring or equivalent trench stabilization including all design
and engineering fees.
2) Furnishing, constructing, and removing all temporary shoring or equivalent
trench safety systems.
END OF DIVISION 2
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -70 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM gUARRY 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 SW 296T" AT 14T" SLIDE RESTORATION
SP -71 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED_ SURFACING
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 SW 296T" AT 14T" SLIDE RESTORATION
SP -72 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 H T 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)B
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 SW 296T" AT 14T" SLIDE RESTORATION
SP -73 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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 Curnmercial HMA and for other classes of I IMA
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.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -74 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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 Usinq 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
5-0.4.3 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 Paving
Compacted Thickness (Feet)
Wearing Course
Other Courses
Less than 0.10
55-F
45-F
0.10 to .20
45-F
35-F
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -75 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
i
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 accordance 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(31 Equipment
5-04.3(3)A Mixing Plant__
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall
also be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric
instrument placed at the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates. This device shall be in full
view of the plant operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -76 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 Haulin E ui 3ment
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 Wavers
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
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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -77 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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 MTDN, 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.
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..
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -78 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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
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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -79 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 -1 h emulsified asphalt. The CSS -1 and CSS -1 h
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(41A Crack Sealin
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack with
the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS -1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement
surface and allow the mixture to cure. Top off cracks that were not completely filled with
additional sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03'.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has
fully cured. The requirements of Section 1-06 will not apply to the portland cement and
sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks % inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -80 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 SeaIing Areas Prior to Pam
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 1/4 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)B Vacant
5-04.3 4 C Pavement Re air
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
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 Ag recgates 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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -81 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
5-04.3(7) Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used
to distribute the mixture. Unless otherwise directed by the Engineer, the nominal
compacted depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class %" and HMA Class '/2"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class'/" 0.15 feet
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -82 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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) Aggregate Acceptance Prior to Incorporation_ in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option 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
Property Non -Statistical Evaluation Commercial Evaluation
Asphalt Binder_ +/- 0.59/. +/-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
1" 3/<",'/2', and 3/8" sieves +/-6% +/-8%
No. 4 sieve +/-6% +/-8%
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -83 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
No. 8 Sieve +/-6% +/-8%
No. 200 sieve +/-2.0% +/-3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 1'/i', 1", W, 1/2", 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)B Vacant
6-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)Cl Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH -TO T 168. A minimum of three samples should be taken
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -84 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay -Factor (CPF) using the following price
adjustment factors:
Table of Price Adjustment Factors
Constituent
Factor
..P,
All aggregate passing: 1'/i', 1", %", M.", %" and
No.4 sieves
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toter-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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -85 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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(9105 Vacant
5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The
NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
total job mix compliance price adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor
shall submit a written request within 7 calendar days after the specific test results have
been received. A split of the original acceptance sample will be retested. The split of the
sample will not be tested with the same tester that ran the original acceptance test. The
sample will be tested for a complete gradation analysis, asphalt binder content, and, at
the option of the agency, Va. The results of the retest will be used for the acceptance of
the HMA in place of the original sublot sample test results. The cost of testing will be
deducted from any monies due or that may come due the Contractor under the Contract
at the rate of $500 per sample.
5-04.3 (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
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(14) 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
CITY OF FEDERAL WAY SW 2967" AT 147" SLIDE RESTORATION
SP -86 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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.
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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -87 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 Thal results in checking ui ciauking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(1013 HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500 -foot section with two or more density readings below 90 percent of the
theoretical maximum density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatistical Compaction
5-04.30001 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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -88 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.3(111 Reiect Work
5-04.301)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the
sole discretion of the Engineer. HMA that has been rejected is subject to the
requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit
a corrective action proposal to the Engineer for approval.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -89 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and
replace it with new material. Any such new material will be sampled, tested, and
evaluated for acceptance.
5-04.3(11)C Rejection Without Testing Lixture 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.
5-04.301)D Resection - 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).
5-04.3(11)F Resection -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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -90 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
5-04-30 I{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
5-04.312jA1 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 20H:1 V 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.
Rullei s 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 '/z of the compacted lift thickness and then taper down on a slope not
steeper than 4H:1 V. The sloped portion of the HMA notched wedge joint shall be
uniformly compacted.
5-04.3(1216 Bridae Paving Joint Seals
5-04.3(12)131 HMA Sawcut and Seat
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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -91 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-
05.3(8)B and the manufacturer's application procedure.
5-04.302)[32 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 '/< 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:
Removal of material from high places by grinding with an approved grinding
machine, or
Removal and replacement of the wearing course of HMA, or
By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor
the sum of $500.00 for each and every section of single traffic lane 100 feet in length in
which any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre -Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.3(14) 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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -92 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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.
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.
5-04.304)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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -93 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in
Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
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.
?. Temporary centerline marking, post -paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section
8-23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)62 Submittals — Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation's activity start date.
These plans must show how the moving operation and traffic control are coordinated, as
they will be discussed at the pre -planing briefing and pre -paving briefing. When
requested by the Engineer, the Contractor must provide each operation's traffic control
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,
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -94 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 areas where flaggers are
proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the se-quencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of
temporary pavement markings and channelizing devices after each day's
planing, and paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and
staging areas, including return routes. Describe the complete round trip as it
relates to the sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of
paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
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:
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -95 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
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)62.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how
pavers and MTVs are cleaned so that one JMF does not adversely influence
the other JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04,305) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3061 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.
5-04.3071 Temporary Asphalt Pavement
(April 12, 2018 CFW GSP)
Section 5-04.3(17) is a new section:
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -96 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
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
made for the weight of asphalt binder, mineral filler, or any other component ofthe
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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -97 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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 Pa mens
Payment will be made for each of the following Bid items that are included in the
Proposal:
"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
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -98 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
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 _" 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.
"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 [lie 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.
"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.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -99 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
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.
"Water", 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.
"Cyclic Density Price Adjustment", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in Section
5-04.3(10)B.
(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 SW 296T" AT 14T" SLIDE RESTORATION
SPA 00 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-01.1 Description
(April 1Z, 2018 CFW GSP)
Section 7-01.1 is supplemented with the following:
This work consists of removing and installing catch basins, installing storm sewer pipe,
and connecting to existing catch basins.
7-01.3 Construction Requirements
7-01.3(3) Cleanouts and Fittings for Drain and Underdrain Pipe
(April 12, 2018 CFW GSP)
Section 7-01.3(3) is a new section:
The Contractor shall install cleanouts at the terminal end of any drain or
underdrain pipe not entering into a drainage structure. Cleanouts shall be
installed at 150' maximum spacing with a maximum of two (2) cleanouts per
section of drain or underdrain pipe.
7-01.5 Payment
(April 12, 2018 CFW GSP)
Section 7-01.5 is supplemented with the following:
Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or
native material if approved by the engineer), construction geotextile, connections to new
or existing storm drainage structures, haul and disposal of trench material to be wasted
including unsuitable material, cleaning, and testing will not be measured as these items
are incidental to the drain pipe and/or underdrain pipe pay item(s).
7-04 STORM UWERS
7-04.3 Construction Reguirements
7-04.3(1) Cleaning and Testing
(April 12, 2018 CFW GSP)
Section 7-04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-
04.3(1) of the Standard Specifications, except as modified herein:
Any departures from the best construction practices by the Contractor, such as
pipe line misalignment, presence of foreign matter in the pipes or catch basins,
poor catch basin construction, etc., shall be corrected by the Contractor at the
Contractor's own expense. Testing will not be authorized until such corrections
have been made to the satisfaction of the Engineer.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -101 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
7-04.5 Payment
(June 12, 2020 CFW GSP)
Section 7-04.5 is supplemented with the following:
Section 7-04.5 is modified as follows:
The unit contract price per linear foot of storm sewer pipe of the type and size specified
shall be full pay for furnishing all tools, labor, and equipment, and materials necessary
for its complete installation, including, but not limited to: sawcutting, pavement removal,
trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe
bedding, imported or native backfill, compaction, connection to new or existing storm
sewers or drainage structures, haul and disposal of trench material to be wasted
including unsuitable material, cleaning and testing, and costs related to maintaining
existing drainage system during construction or to provide temporary drainage systems.
90% of payment will be made once the storm sewer pipe is installed. The remaining
10% will be paid once pipe testing has been completed with satisfactory results. The
engineer will have the discretion to adjust these payment percentages as may be
appropriate. Payment percentages may be adjusted for any reason the engineer deems
necessary, including but not limited to, a high number of unsatisfactory test results.
7-05 MA HOLES INLETS, CATCH BASINS, AND DRYWELL5
7-05.3 Construction Re uirements
(April 12, 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified on the plans or as directed by the
Engineer.
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties, must
meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are:
1. Mebacl manufactured by IKG Industries.
2. SlipNOT Grade 3 -coarse manufactured by W.S. Molnar Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1/2 inch wide or less the slip -resistant
treatment may be omitted on that portion of the frame.
The slip -resistant lid shall be identified with permanent marking on the underside
indicating the type of surface treatment ("M1" for Mebac 1; "ST' for SlipNOT Grade 3 -
coarse; or "ST" for Saftrax TH604) and the year manufactured. The permanent marking
shall be 1/8 inch line thickness formed with a mild steel weld bead.
The following requirements shall be applicable to both existing and proposed structures,
as shown on the plans, or as designated by the Engineer:
Vaned Grate vs Solid Lid
A vaned grate and associated frame shall be installed on manholes and
catch basins located where they will accept runoff. Bi-directional vaned
grates shall be installed at all roadway sag locations and at low points
along curb returns.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -102 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
All structures not receiving surface runoff shall include solid lids, unless
otherwise indicated on the plans or directed by the Engineer.
Locking vs Non -Locking Lid
All lids and frames shall be locking unless shown as non-locking on plans
or directed otherwise by the Engineer. The Contractor shall place anti -
seize compound on all locking lid bolts prior to the final project punch list
inspection.
Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that
accept surface runoff (i.e. those located along a gutter flow line). Catch
basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer.
Heavy -Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round,
solid lids are required as outlined above.
7-05.3(l) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(April 12, 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted
to final grade until the adjacent pavement is completed, at which time the center
of each structure shall be carefully relocated from references previously
established by the Contractor. The asphalt concrete pavement shall be removed
to a neat circular shape for circular grates and covers and a neat rectangular
shape for rectangular grates and covers. The edge of the cut shall be 1.5 feet
from the outside edge of the cast iron frame of the structure. The base materials
and crushed rock shall be removed to the full depth of adjustment plus 2 inches.
The manhole and catch basin frames shall be lifted and reset to the final grade,
plumb to the roadway, and shall remain operational and accessible. (Reference
City of Federal Way Standard Drawing 3-55 for Utility Adjustment).
The Contractor shall adjust manholes and catch basins with pre -cast grade rings,
and mortar and high impact adjustment risers with a maximum 2 -inch thickness
where required for heavy-duty frames and covers within the travelled roadway.
Metal adjustment rings shall not be used. If more than three grade rings are
required to adjust a manhole or Type 2 catch basin to final grade, including
existing grade rings, the Contractor shall remove the existing cone section or top
slab, install a pre -cast manhole section of sufficient height to limit the number of
grade rings to a maximum of three, and reinstall the cone section or top slab prior
to paving operations. Grade adjustment rings and high impact riser installation
shall be inspected by the Engineer prior to frame installation. Cover and grate
frames shall be securely grouted to the structure.
Where existing structures are located within the wheel path of a proposed travel
lane, catch basins adjusted to grade shall also include conversion risers and
heavy duty locking frames and covers and high -impact risers.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -103 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
Following frame installation, the edges of the removed asphalt pavement and the
outer edge of the reset frame shall be painted with asphalt for tack coat. The
entire void around the adjustment shall then be filled with Commercial HMA,
placed and compacted in maximum 3 -inch lifts, to match the adjacent pavement
surface. The joint between the patch and existing pavement shall then be painted
with asphalt for tack coat and immediately covered with dry paving sand before
the asphalt for tack coat solidifies.
7-05.3(3) Connections to Existing Manholes
(April 12, 2018 CFW GSP)
Section 7-05.3(3) is supplemented with the following:
The requirements of this section shall also apply to connections to existing catch
basins.
7-05.3(5) Connections to Existing Pipe
(April 12, 2018 CFW GSP)
Section 7-05.3(5) is a new section:
The contractor shall connect (or reconnect) existing pipes to new manholes or
catch basins without obstructing flow from upstream locations.
7-06.3(6) Cleaning
(April 12, 2019 CFW GSP)
Section 7-05.3(6) is a new section:
Prior to final project acceptance by the City, the Contractor shall be responsible
to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean
of sediment and debris.
7-05.5 Pay
(June 12, 2020 CFW GSP)
Section 7-05.5 is supplemented with the following:
The unit contract price for catch basins and/or manholes shall be full pay for furnishing
all labor, tools, equipment, and materials necessary to complete each unit according to
the Plans and Specifications. This includes all sawcutting, pavement removal and
disposal, , dewatering (if required), temporary flow bypass, connections to existing and
new pipe, foundation material, bedding, imported or native backfill, compaction, surface
restoration, testing, cleaning, and furnishing and placing of all accessories and
conversion risers, temporary patching hot mix to allow for the passage of traffic, and
other items as applicable. Frames and grates or rings and covers, grade rings and
adjustment risers including conversion risers shall be considered incidental to this bid
item and will not be measured for separate payment. 50% of payment will be made
once the catch basin or manhole is installed and the pipe inlets and outlets are grouted.
The remaining 50% will be paid once risers/rings are grouted to the satisfaction of the
City.
The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust
Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require
adjustment to grade by addition or removal of adjustment risers. The unit contract price
includes all labor, tools, equipment, and materials necessary to adjust drainage
structures to finished grade, sawcutting, temporary patching hot mix to allow for the
passage of traffic, restoration of the area around the adjusted structure, and providing
new rings and covers or frames and grates. Grade rings and adjustment risers
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -104 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
(concrete or high -impact) shall be considered incidental to this bid item and will not be
measured for separate payment. Payment will be made once the adjustment is fully
complete and grouted. Partial payment will not be made if risers have been added, but
the grouting has not been completed to the satisfaction of the City.
The unit contract price for "Connection to Drainage Structure" applies to connecting new
storm drain pipe to existing storm drainage catch basins and manholes and includes all
labor, tools, equipment, and materials necessary to core drill the existing drainage
structure and provide the necessary pipe connection. Any associated sawcutting,
pavement removal and disposal, excavation, imported or native backfill, compaction, and
pavement restoration are incidental to this bid item.
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.5 Pa ment
(April 12, 2018 CFW GSP)
Section 7-07.5 is replaced with the following:
All costs associated with cleaning existing drainage structures shall be considered
incidental to and included in the various bid items and no additional payment shall be
made.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3MA A Trenches
(April 12, 2018 CFW GSP)
Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe -laying
operations and the trench so maintained until the ends of the pipe are sealed and
provisions are made to prevent floating of the pipe. Trench water or other deleterious
materials shall not be allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced on
the plans. All such pavement markings damaged by trenching shall be repaired after
trenching is backfilled and restored. The new pavement markings shall match the
damaged pavement marking. All pavement marking repair cost shall be incidental to the
pipe installation, including all necessary labor and materials.
7-08.3(3) Backfilling
(April 12, 2018 CFW GSP)
Section 7-08.3(3) is suppleniented with the following-
Initial backfilling shall be performed only after inspection and approval of the installed
pipe. Backfill shall be accomplished in :such a manner that the pipe is not damaged by
impact or overloading. Water settling will not be permitted.
If there is an excess of acceptable backfill material obtained from trench excavation at
one location on the project, it shall be used at other locations on the project as directed
by the Engineer. Native backfill stockpiles shall be protected to prevent excessive
wetting. The cost of transporting the excess backfill material shall be considered
incidental to the pipe or structure backfilled.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 05 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
7-20 DOWNSLOPE STORM PIPE ANCHORS
(...PROJECT SPECIFIC SPECIAL PROVISION--)
7-20.1 Description
This work consists of constructing downslope storm pipe anchors for on grade storm
drain outfalls, including pin piles to secure storm pipe to slopes.
7-20.2 Materials
Pipe sections should be hot -dip galvanized, ASTM International (ASTM) A53 Schedule
40 steel, joined with weldless compressions fittings.
7-20.3 Construction Requirements
Installation: Pipe pin piles may be installed using a 90 -pound jackhammer to drive 2 -
inch -diameter pipe pile to refusal (1 -inch penetration over 60 seconds). The piles should
be embedded at least 5 feet below ground surface.
7-20.5 Payment
Payment will be made for each of the following Bid items that are included in the
Proposal:
"Downslope Storm Pipe Anchors", per each.
"Deadman Anchor", per each.
END OF DIVISION 7
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 06 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER.POLLQTION CONTROL
8-01.3 Construction Requirements
8.01.3 1) General
(April 12, 2018 CFW GSP)
The first paragraph of 8-01.3(1) is deleted and replaced with the following:
The Contractor shall install a high visibility fence along the right-of-way lines
shown in the Plans or as instructed by the Engineer.
8-01.3( 1)A Submittals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department
of Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall
prepare review and modify the SWPPP as necessary to be consistent with the
actual work schedule, sequencing, and construction methods that will be used on
the project. The Contractor's SWPPP shall meet the requirements of the general
permit. The Contractor's modifications to the SWPPP shall also incorporate the
content and requirements for the Spill Prevention, Control and Countermeasures
(SPCC) Plan in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the
requirements of the current edition of the WSDOT Temporary Erosion and
Sediment Control Manual M 3109 and be adapted as needed throughout
construction based on site inspections and discharge samples to maintain
compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -107 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
In addition, the SWPPP shall outline the procedures to be used to prevent high
pH stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified
in the General Permit, including:
Narrative discussing and justifying erosion control decisions (12
elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction
season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP,
using project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/Wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor
shall provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on-site measures/revisions
including additional source control, BMP maintenance, and/or additional
stormwater treatment BMPs that are necessary to prevent continued
exceedance of turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -108 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
8-01.3(2) Seeding,Fertilizing, and Mulching
8-01.3(2)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low
growing species which will grow without irrigation at the project location,
and approved by the Engineer. The application rate shall be two pounds
per 1000 square feet. Fertilizer shall be a commercially prepared mix of
10-20-20 and shall be applied at the rate of 10 pounds per 1000 square
feet.
8,42 € OADSIDE RESTORATION
8-02.1 Description
(April 12, 2018 CFW GSP)
The first paragraph of Section 8-02.1 is revised to read:
All plant materials required by the Bid Documents shall be plant species including plant
establishment (PSIPE) per the Standard Specifications.
8-02.3 Construction Requirements
8-02.3(1) Responsibility During Construction_
(April 12, 2018 CFW GSP)
Section 8-02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls,
and associated roadside work is completed. Landscape materials shall not be
installed until weather permits and installation has been authorized by the
Engineer. If water restrictions are anticipated or in force, planting of landscape
materials may be delayed.
Throughout planting operations, the Contractor shall keep the premises clean, free of
excess soils, plants, and other materials, including refuse and debris, resulting from the
Contractor's work. At the end of each work day, and as each planting area is completed,
it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to
the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work,
the Contractor shall remove surplus soils, materials, and debris from the construction
site and shall leave the project in a condition acceptable to the Engineer.
8-02.3(5) Planting Area Preparation
(April 12, 2018 CFW GSP)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of six -inches (6") except within critical root zones of existing trees to remain, as
noted on plans. Scarified subgrade shall be inspected and approved by the
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two -inches (2") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -109 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
to a minimum depth of 4 inches lightly compacted depth in all seeded areas,
unless otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow
to surface drainage and prevents ponding.
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
The costs of removing all excess material and debris shall be considered
incidental to and included in the unit contract prices of other items in this
contract.
B -02.3(6 )B Fertilizers
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-02.3(6)B is supplemented with the following:
Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied
at the rate of 10 pounds per 1000 square feet.
8-02.3(81 Planting
(April 12, 2018 CFW GSP)
Section 8-02.3(8) is supplemented with the following:
All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as
specified on the plans, shall be considered incidental to and included in the unit
contract price of the trees.
Use loosened and replaced compacted mineral native soil without organics under
tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for
shrubs.
Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall
remain intact until trees are set in their final positions within each planting pit.
Plant trees and shrubs upright and rotate in order to give the best appearance or
relationship to adjacent plants, topography, and structures. Hold plant rigidly in
position until topsoil has been backfilled and water settled free of voids and air
pockets and tamped firmly around the ball or roots.
When the pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets
around the perimeter of, and immediately adjacent to the root system. Carefully
place water and compact planting topsoil, filling all voids. Tree root crowns to be
1" higher than finished grade to allow for settlement.
When the planting pit is three quarters backfilled, fill with water and allow water to
soak away. Fill the pits with additional topsoil to finish grade and continue
backfilling as detailed on the Plans. Water trees immediately after planting.
The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3-31.
CITY OF FEDERAL WAY SW 296TH AT 14T" SLIDE RESTORATION
SP -110 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
8-02.3(9)B Seeding and Fertilizin
(September 3, 2019 WSDOT GSP, OPTION 2)
Section 8-02.3(9)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and accepted by
the Engineer. The application rate shall be two pounds per 1000 square feet.
8-02.310 Fertilizer
(April 12, 2018 CFW GSP)
Section 8-02.3(10) is supplemented with the following:
All fertilizers shall be furnished in standard unopened containers with weight,
name of plant nutrients and manufacturer's guaranteed statement of analysis
clearly marked, in accordance with State and Federal law.
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8-02.3(11) Bark or Wood Chia Mulch
(April 12, 2018 CFW GSP)
Section 8-02.3(11) is supplemented with the following:
Bark Mulch shall be placed over all tree planting pits to a depth no less than two
(2) inches, or as detailed on the Plans. Thoroughly water and hose down plants
with a fine spray to wash the leaves of the plants immediately after application.
8-02.3031 Plant Establishment
(April 12, 2018 CFW GSP)
Section 8-02.3(13) is supplemented with the following:
Plant establishment shall consist of insuring resumption and continued growth of
all planted materials including trees, shrubs, ground cover, and seeded areas for
a period of one (1) year. This shall include, but is not limited to, labor and
materials necessary or removal and replacement of any rejected plant material
planted under this contract.
8-02.3(17) Protection of Private property and Property Restoration
(April 12, 2018 CFW GSP)
Section 8-02.3(17) is a new section:
Property Restoration shall consist of fine grading and restoration of adjacent
landscaped areas; adjustment and/or replacement of private irrigation systems;
slope restoration behind sidewalks; timber edgings; installing and replacing
private wood and chain link fencing; and other work not currently identified on the
plans, as directed by the Engineer.
The Contractor is specifically reminded that any unnecessary damage caused by
construction activities will be repaired at the Contractor's expense.
Restore all disturbed areas to original condition or better. Grass areas shall be
restored with hydroseed where directed.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -111 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
Removal of tree roots outside the limits of construction, as directed by the
Engineer and under the supervision of a certified arborist, shall be paid for under
"Property Restoration".
Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these
Special Provisions.
All materials shall conform to Sections 9-14 Erosion Control and Roadside
Planting and 9-15 Irrigation System of the Standard Specifications.
The force account provided for property restoration also includes any
adjustments and/or replacements of existing irrigation systems not covered under
Section 8-03 Irrigation Systems of the Special Provisions. This work shall also
consist of modifying existing landscape lighting systems as may become
necessary by these improvements.
The Contractor is advised that protecting existing private irrigation and lighting
systems from damage does not constitute a basis for claim or extra work.
8-02.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic
yard in the haul conveyance at the point of delivery.
Root barrier will be measured per linear foot of installed root barrier.
"Seeded Lawn" will be measured in square yards of actual lawn completed, established,
and accepted.
"Property Restoration" will be paid by force account and must be approved by the
engineer prior to completing the work.
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
8-02.5 Payment
(April 12, 2098 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Seeded Lawn" per square yard. The unit contract price will include all preparation,
fertilizer, establishment, and mowing as called for in the specifications.
"Property Restoration" per force account.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 12 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
8-03 1rR9GATIQN SYSTEMS_
8-03.1 Description
(April 12, 2018 CFW GSP)
Section 8-03.1 is supplemented with the following:
Some private irrigation systems exist within the project limits which may be impacted by
the project improvements. The Contractor shall minimize the impacts to these facilities
to the maximum extent possible. In the event that irrigation systems are found to
encroach within the limits of the project improvements, they shall be modified as
necessary per Engineer directed force accounts to ensure satisfactory operation upon
completion of the improvements.
The Contractor is responsible to coordinate with affected property owners to ensure their
existing sprinkler systems are fully functional before they are disturbed.
8-03.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-03.3 is supplemented with the following:
All work shall be in strict conformance with the Lakehaven Utility District Water System
and Sewer Standards, together with the plans, details and manufacturer's written
information regarding recommended installation procedures. References to the use of
galvanized pipe in the Standard Specifications and Amendments shall be replaced with
Schedule 80 PVC or other Engineer accepted pipe material.
Private sprinkler irrigation systems found to encroach within the limits of improvements
shall be modified as necessary to remove the encroachment and to ensure satisfactory
operation of the remaining system. The Contractor shall ensure that existing private
systems remain in operation during the construction of this project. The Contractor shall
furnish temporary water to disconnected existing irrigation systems. Private irrigation
systems that have been damaged during construction activities shall be repaired within 5
working days. The Contractor shall be liable for any damage due to irrigation facilities
damaged by his operations and shall repair such damaged facilities to an "equal or
better than" original condition. This work will include, but not be limited to, cutting and
capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and
connections, and testing of the system. Payment will be by Force Account for Property
Restoration.
8-03.3(7) Flushin and Testin
(April 12, 2018 CFW GSP)
Section 8-03.3(7) is supplemented with the following:
The Contractor shall pretest and prove functional then advise the Engineer at
least 48 hours before pressure and coverage tests are to be conducted and shall
have the approval of the Engineer before backfilling. Mainlines shall be tested at
140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be
accepted, the Contractor, in the presence of the Engineer, shall perform a
sprinkler head water coverage test to determine if the water coverage and
operation of the system is complete and satisfactory. If any part of the system is
inadequate it shall be repaired or replaced at the Contractor's expense and the
test repeated until accepted.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 13 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
All backfilled trenches shall be repaired by the Contractor at his expense,
including restoration of plant materials.
8-04 CURBS, GUTTERS. AND SPILLWAYS
8-04.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-04.3 is supplemented with the following:
The sub -base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White -pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow
paint. Paint and application shall conform to the Standard Specifications for traffic paint
striping.
8-04.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-04.4 is Supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to
the unit price of the type of curb.
8-04.5 Payment
(April 12, 2018 CFW GSP)
Section 8-04.5 is supplemented with the following:
"Asphalt Wedge Curb", per linear foot.
SECTION 8-21 PERMANENT SiGIIIING
8-21.1 Description
(March 13, 2012 CFW GSP)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installation and removal, in accordance with the Plans,
these Specifications, the Standard Plans, MUTCD, and the City of Federal Way
Standard Details at the locations shown in the Plans or where designated by the
Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner.
Colors of all permanent signs shall be submitted to the City for approval prior to
installation in the field. Installed signs that do not have color approved by the City may
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -114 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
be required to be removed and replaced in an acceptable color at the Contractor's
expense.
8-21.3 Construction Requirements
8-21.3(2) Placement of Signs
(December 18, 2009 CFW GSP)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days
of completion of the permanent signing installation to inspect, inventory, and log
all new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform
Traffic Control Devices (MUTCD) with Washington State Supplements.
8-21.3(5) Sign Relocation
(December 18, 2009 CFW GSP)
Section 8-21.3(5) is supplemented with the following:
King County METRO and/or Pierce Transit personnel will remove and reinstall all
existing bus stop signs and supports within the project limits. The Contractor
shall contact King County METRO at (206)684-2732 or Pierce Transit at
(253)581-8130 to coordinate sign work 2 weeks prior to the required sign
removal or installation. A copy of the record of communication shall be forwarded
to the City of Federal Way.
8-21.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"Permanent signing" is measured on a lump sum basis
8-21.5 Pa ment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and
equipment necessary to furnish and install permanent signing, sign removal, and sign
relocation. Sign covering shall be incidental and shall not be measured.
All costs for furnishing and installing signs on traffic signal mast arms poles shall be
included in the lump sum price for "Traffic Signal System — Complete".
8-30 POTHOLING AND RESQLUTMQN OF UTILITY COY' PLICTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's subsections are new sections as follows:
8-30.1 Description
(April 12, 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these
costs by force account if the work proves to be acceptable and the Contractor had
performed the work with the authority of and due notice to the Engineer.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -115 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
B-30.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations,
offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is
required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as
directed by the Engineer. In areas subject to public traffic, the HMA patch shall match
the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. _Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e.
storm drainage, underground utility installation etc.) due to conflicts with existing
facilities. However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict.
The Contractor shall be responsible to adjust his work schedule and/or
reassign his work forces and equipment to other areas of work to minimize
standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit
prices for the associated work. Work that can be measured and paid for at the unit
contract prices shall not be identified as force account work. This work includes but
is not limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 16 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
8-30.5 PaVment
(April 12, 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -117 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.12 Gravel Backfill
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on-site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent
dry of optimum as determined in accordance with Section 2-03.3(14)D. The
material shall not pump or yield under the weight of compaction equipment and
construction traffic. The Contractor is responsible for protecting the material from
excess moisture wherever/whenever possible. To the extent practicable, this
material should be handled only during non -rainy periods and should be
removed, hauled, placed, and compacted into final embankments without
intermediate handling or stockpiling. Surfaces should be graded and sloped to
drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90-100
2" square 75-100
U.S. No. 4 50-80
U.S. No. 40 50 max.
U.S. No 200 25 max.
' For geosynthetic reinforced walls or slopes, 100percent passing 1'/ -
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 SW 296T" AT 14T" SLIDE RESTORATION
SPA 18 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
9-14 EROSION CONTROL AND ROADSIDE PLANTING
9-14.2 Topsoil
9-14.2(1) Topsoil Type A
(June 12, 2020 CFW GSP)
Section 9-14.2(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
No fresh sawdust or other fresh wood by-products shall be added to extend the
volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
PURI
Screen Size
7/16" Maximum
Total Nitrogen
0.25% Minimum
Organic Matter
10% Minimum
pH Range
5.5 to 7.5
Conductivity
5 mmhos/cm Maximum
9-14.3 Seed
(June 12, 2020 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
NAME
L_
SEEDED LAWN MIXTURE
BY
WEIG
HT
Tall Fescue / Festuca arundinacea 40%
Creeping Red Fescue / Festuca rubra , 25%
Highland Colonial Bentgrass / Agrostis 5%
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne 30%
(blend of two: 'Fiesta II', 'Prelude ll',
'Commander'
98%
90%
PURI
GERMINATI
TY
ON
98%
90%
98%
90%
98%
90%
95%
90%
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 19 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
9-14.4 Fertilizer
(June 12, 2020 CFW GSP)
Section 9-14.4 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
9-14.5 Mulch and Amendments
9-14.5(3) Bark or Wood Chips
(June 12, 2020 CFW GSP)
Section 9-14.5(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or
hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust
and splinters. The moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is '/2" to 1" with maximum of 20%
passing the 1/2" screen.
9-14.7 Plant Materials
9-14.7(2) Quality
(June 12, 2020 CFW GSP)
Section 9-14.7(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald
injuries, bark abrasions, evidence of improper pruning or other objectionable
disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.7(3) Handling and Sh ppin�gc
(June 12, 2020 CFW GSP)
Section 9-14.7(3) is supplemented with the following:
Tie back branches as necessary, and protect bark from chafing with burlap bags.
Do not drag plant materials along ground without proper protection of roots and
branches. Protect rootballs from environmental or mechanical damage and
water as necessary to keep roots moist. Do not store plants for more than one
week.
9-14.7(4) Sod
(June 12, 2020 CFW GSP)
Section 9-14.7(4) is supplemented with the following:
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -120 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
degradable netting, or approved equal.
9-14.7(5) Tagging
(June 12, 2020 CFW GSP)
Section 9-14.7(5) is a new section::
All plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging
prior to final acceptance.
9-14.7(6) Inspection
(June 12, 2020 CFW GSP)
Section 9-14.7(6) is a new section:
The Contracting Agency shall reserve the option of selecting and inspecting plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing plants for shipping and delivery. The
Contractor shall neither deliver to site nor install plant materials until authorized
by the Contracting Agency.
9-14.7(7) Temporary Storage
(June 12, 2020 CFW GSP)
Section 9-14.7(7) is a new section:
Cold storage of plants shall not be permitted.
If planting is delayed more than 24 hours after delivery, set balled and burlapped
plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water plant material as necessary
until planted.
Plants shall not be stored for more than one week. Longer storage period at
project site will result in rejection of plant materials by the Contracting Agency.
9-1.4.8 Stakes Ccs and
(June 12, 2020 CFW GSP)
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
9-14.9 Root Barrier
(June 12, 2020 CFW GSP)
Add the following new section:
Root Barrier shall be 18 -inch high, minimum thickness 0.090 -inch, interlocking root
barrier panels constructed of high -impact polypropylene with 1/2 -inch reinforcing ribs.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -121 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
9-15 IRRIGATION SYSTEM
9-15.1 Pipe. Tubing And Fittin s
(June 12, 2020 CFW GSP)
Section 9-15.1 is replaced with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
pipe for the main, laterals, and sleeving shall be Sch 40 PVC.
9-15.5 Valve Boxes
(June 12, 2020 CFW GSP)
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE
drop in locking lid.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer
concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-
20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant
with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box
shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover.
Verify size to fit Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
9-15.6 Gate Valves
(April 12, 2018 CFW GSP)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel,
suitable for residential or commercial potable water applications, with screwed bonnet,
non -rising stern, solid wedge disc and integral seats.
9-15.7 Control Valves
9-15.7(l) Manual Control Valves
(April 12, 2018 CFW GSP)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non -rising stem,
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Regulating Valves
(April 12, 2018 CFW GSP)
Section 9-15.13 is supplemented with the following:
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with
thermal expansion bypass, serviceable in line, with internal stainless steel strainer.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -122 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
CTI N 9-28 SIGNING MATERIALSND FABR CLLLQ_ N
9-28.1 General
(January 8, 2013 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except
for parking regulation, parking prohibition signing and signs of fluorescent yellow color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting
in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a
retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting
with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This
high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign
sheeting shall meet this specification. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
(S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12
of the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques
shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accurdance with Section 9-28.12 of the
Standard Specifications. The reflectivity standard of supplemental plaques shall match that
of the primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following -
Maximum Dimension
Less than 30 inches
Greater than 30 inches, less than 48
inches
Greater than 48 inches
Blank
0.080 inches
0.100 inches
0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100 -inch -thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 23 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.14 Sign Support Structures
(December 18, 2009 CFW GSP)
Section 9-28.14 is supplemented with the following,-
Unless
ollowing:Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
timber sign posts.
9_28.140) Timber Sign Posts
(December 18, 2009 CFW GSP)
Section 9-28.14(1) is supplemented with the following:
All ground -mounted sign posts shall use pressure treated hem -fir wood posts
unless approved otherwise by the Engineer. All wood posts shall be buried a
minimum of 30 inches below the finished ground line. Post backfill shall be
compacted at several levels to minimize settling. All posts shall be two-way plumb.
9-28.14(2) Steel Structures and Posts
(December 18, 2009 CFW GSP)
Section 9-28.14(2) is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts
shall be timber sign posts.
Approved Manufacturers for Steel Sign Supports
The Standard Plans lists several steel sign support types. These supports are
patented devices and many are sole -source. All of the sign support types listed
below are acceptable when shown in the plans.
Steel Sign Support Type
Manufacturer
Type TP -A & TP -13
Transpo Industries, Inc.
Type PL, PL -T & PL -U
Northwest Pipe Co.
Type AS
Transpo Industries, Inc.
Type AP
Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, & ST 4
Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
Northwest Pipe, Inc.
Type SB -1, SB -2, & SB -3
Ultimate Highway Products,
Xcessories Squared Development
and Manufacturing Incorporated,
Northwest Pipe, Inc.
Standard Plans
(February 5, 2020 WSDOT)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 16-048, effective September 3, 2019 is made
a part of this contract.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 24 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
The Standard Plans are revised as follows:
A-50.10
Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-1 4a is revised to C-70.10
A-50.20
Sheet 2 of 2, Plan, with Anchored Barrier, reference C-1 4a is revised to C-70.10
A-50.30
Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.1
B-10.60
DELETED
B-82.20
DELETED
B-90.40
Valve Detail – DELETED
C-1
Delete Note 1.
Revise Note 2 to read "Remove all rail washers, also called "Snow Load Rail Washers",
when encountered during raising beam guardrail work and the guardrail raising work
requires removal of the rail.
Re -number all notes.
C -4b
DELETED
C -4e
DELETED
C -8a
Delete "Section A -A, Type 4 Detail'
C-20.11
Delete Notes 1 & 2. Re -Number all notes.
Delete "Snow Load Post Washer" and "Snow Load Rail Washes" details.
C-20.19
DELETED
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S – D x (0.1) + 31" is revised to read -
"Elevation G = (Elevation S – D x (0.1) + 31/12"
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -125 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
C-22.45
For the SOFTSTOP (TL -2)
SYSTEM LENGTH = 38' —
LENGTH = 38'— 3 1/2"".
C-40.14
DELETED
elevation view detail, the callout "SOFTSTOP (TL -2)
4 1/2" is revised to read "SOFTSTOP (TL -2) SYSTEM
C-60.10
Sheet 1, Side Elevation: The bottom set of 11 �- #4 horizontal rebar (2x) located at the
base of the barrier is repositioned to be aligned with the bottom of ( - #4 stirrup bars to
match the bar positioning shown on Sheet 1, Section A.
Sheet 1, Reinforcing Steel Bending Diagram, i D Pin Slot Bar detail: Add the following
callout to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR
AASHTO M 111)".
Sheet 2, ANCHORING PIN ASSEMBLY DETAIL: The first line of the description under
the title was 1 1/2" DIAMETER (ASTM A36), COLD ROLL" is now changed to 1 1/2"
DIAMETER (ASTM A36), HOT ROLL".
C-70.10
Sheet 1, Note 1 was — 1. PERMANENT INSTALLATION requirements: Embed barrier
3" (in) minimum;..." is revised to read: "1. Installation requirements:: Embed barrier 3"
(in) minimum in asphalt or concrete; embed barrier 10" (in) minimum in soil; ..."
Sheet 1, existing Notes 2 and 4 are deleted. Existing Note 3 is renumbered to Note 2.
Sheet 1, add new Note 3, 1. See Sheet 2 for barrier with a 2'-10" reveal installed in
asphalt or concrete. See Sheet 3 for barrier with a T-6" reveal installed in asphalt or
concrete."
Sheet 1, Elevation: The dimension from the barrier end to the barrier lifting slot was "3'-
4" (TYP)" is now changed to "4'— 8" (TYP)", and the barrier lifting slot dimension was "5'
— 0" (TYP)" is now changed to "3'— 0" (TYP)".
Sheet 2, the detail titled "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX.
GRADE SEPARATION" has the following changes:
1. The detail title is changed to "3'— 6" BARRIER FOR USE WITH A 0" (IN) TO 4" (IN)
MAX. GRADE SEPARATION".
2. The callout "GRADE SEPARATION -5" MAX." is changed to "GRADE SEPARATION --
4" MAX."
C-75.10
Note 2 is deleted. Renumber subsequent notes.
C-75.20
Note 2 is deleted. Renumber subsequent notes.
C-75.30
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 26 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
Note 2 is deleted. Renumber subsequent notes.
C-85.11
Add new Note 3 "3. The intended use of this plan is for placing concrete barrier in front
of bridge piers on bridge retrofit projects only. Contact the HQ Bridge traffic barrier
specialist before using this barrier placement plan for projects involving new or
reconstructed bridges."
C-85.14
DELETED
C-90.10
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the
revisions stated in the 1113/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wail are considered non-standard and shall be
designed in accordance with the current INS00T BDM and the revisions stated in the
11/3/15 Bridge Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with
traffic barriers attached on top of the wall are considered non-standard and shall be
designed in accordance with the current WSDOT BDM and the revisions stated in the
revisions stated in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.20
CITY OF FEDERAL WAY SW 2967" AT 14T" SLIDE RESTORATION
SP -127 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are
required in place of these STD Plans.
F-10.12
Section Title, was — "Depressed Curb Section" is revised to read: "Depressed Curb and
Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail — Deleted
F-10.42
DELETE — "Extruded Curb at Cut Slope" View
G-25.10
Key Note 3, second sentence, was — "For single -post installations, divide the
(#2w/diamond shape symbol) post MAX. XYZ in half." Is revised to read: "For single -post
installations, divide the two -post MAX. XYZ in half."
G-60.10
DELETED
G-60.20
DELETED
G-60.30
DELETED
G-70.10
DELETED
G-70.20
DELETED
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
J-10.21
Note 18, was — When service cabinet is installed within right of way fence, see Standard
Plan J-10.22 for details." Is revised to read; "When service cabinet is installed within right
of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard
Plan J-10.22 for details."
J-10.22
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -128 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the
meter base shall be safety socket box with factory -installed test bypass facility that
meets the requirements of EUSERC drawing 305." Is revised to read; "Meter base per
serving utility requirements- as a minimum, the meter base shall be safety socket box
with factory -installed test bypass facility that meets the requirements of EUSERC
drawing 305. When the utility requires meter base to be mounted on the side or back of
the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless
steel."
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T"
rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp -
120/277 volt "T" rated)."
Key Note 14, was - "Hinged dead front with '/4 turn fasteners or slide latch." Is revised to
read; "Hinged dead front with % turn fasteners or slide latch. - Dead front panel bolts
shall not extend into the vertical limits of the breaker array(s)."
Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper.
See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read;
"Cabinet Main Bonding Jumper Assembly - Buss shall be 4 lug tinned copper - See
Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details."
Note 1, was - "...socket box mounting detail, see Standard Plan J -3b." is revised to read
to read: "...socket box mounting detail, see Standard Plan J-10.20."
Note 6, was - "...See door hinge detail, Standard Plan J -3b." is revised to read: "...See
door hinge detail, Standard Plan J-10.20."
J-20.26
Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS
3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED
TO READ: "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)"
from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)"
from the 2 '/2' CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)"
from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation
to find 1 # 4 reinf. Bar.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -129 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020 06
Detail F, callout, "Heavy Hex Clamping Bolt (TYP.) - 3/4" (IN) Diam. Torque Clamping
Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam.
Torque Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE
NIPPLE - 1 'h" (IN) DIAM.
J-21.16
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x)
Detail A, callout, was - LOCK NIPPLE - 1 '/z" DIAM. is revised to read; CHASE NIPPLE
- 1 '/2" (IN) DIAM.
J-28.24
Case E and Case F Section View dimension callout, "3' - 0" MIN. FOR BEAM
GUARDRAIL, 4'- 0" MIN. FOR CONC. BARRIER TYPE 2" is revised to read, "5'- 0"
MIN. FOR BEAM GUARDRAIL, 8'- 0" MIN. FOR UNANCHORED TYPE F CONC.
BARRIER, 4'- 0" MIN. FOR ANCHORED TYPE F CONC. BARRIER".
J-40.10
Sheet 2 of 2, Detail F, callout, 12 - 13 x 1 '/Z" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; 12 - 13 x 1 '/z' S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
J-75.20
Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel
Bands", add the following to the end of the note: "Alternate: Stainless steel cable with
stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel
bands and associated hardware."
J-81.10
Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circuit
623 (T4-5) [middle ckt] is revised to read; circuit 622 (T4-5).
K-80.10
SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) detail dimension callout, "3' MIN."
is revised to read, "5' MIN.".
K-80.30
DELETED
K-80.35
Add New Note 1 - 1. The intended use of this plan is for the temporary installation of
Type 2 concrete barrier (See Standard Plan C-8) on cement concrete pavement, bridge
decks, or hot mix asphalt pavement, and Type F concrete barrier on cement concrete
pavement or bridge decks.
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -130 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020.06
Re -number all notes.
The TYPE 1 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -
SHAPE) (STD. PLAN K-80.30) ON CEMENT CONC. PAVEMENT OR BRIDGE DECK" is
revised to read, "TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE
F (STD. PLAN C-60.10) OR PRECAST CONC. BARRIER TYPE 2 (STD. PLAN C-8) ON
CEMENT CONC. PAVEMENT OR BRIDGE DECK."
The TYPE 3 ANCHOR detail description "TEMPORARY INSTALLATION OF PRECAST
CONC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -
SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT" is revised to read,
"TEMPORARY INSTALLATION OF PRECAST CONC. BARRIER TYPE 2 (STD. PLAN
C-8) ON HOT MIX ASPHALT PAVEMENT."
K-80.37
Revise Note 1 to read:"1. The intended use of this plan is for the temporary installation of
Type F NARROW BASE concrete barrier (See Standard Plan C-60.10) or Type 4 (Type
2 Narrow Base — See Std. Plan C -8a) Concrete Barrier on cement concrete pavement,
bridge decks."
Replace all callouts stating "NARROW BASE, ALTERNATIVE TEMPORARY
CONCRETE BARRIER SEGMENT" with "Type F NARROW BASE or Type 4 (Type 2
Narrow Base) concrete barrier segment."
M-3.50
Double -Left Turn Channelization (with Right Turn Pocket) view, dimension, upper left
corner, "taper" dimension; callout — was "40' if Posted Speed is 40 MPH or less 100' if
Posted Speed is more than 40 MPH" is revised to read; "See Contract"
M-5.10
Right -Turn Channelization view, dimension, upper right corner, "taper' dimension; callout
—was "50' MIN." is revised to read; "See Contract"
M-12.10
Add Note 5. "Check with Region Traffic Office for RPM and Guidepost placements."
M-24.50
DELETED
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date
shown in the lower right-hand corner of that plan. Standard Plans showing different
dates shall not be used in this contract.
A-10.10-00........8/7/07
A-40.00-00 .........
8/11 /09
A-50.30-00 .......
11 /17/08
A-10.20-00......10/5/07
A-40.10-04 .........
7/31 /19
A-50.40-00 .......
11 /17/08
A-10.30-00......10/5/07
A-40.15-00 .........
8/11 /09
A-60.10-03........12/23/14
A-20.10-00......8/31
/07
A-40.20-04... ......
1 /18/17
A-60.20-03.........12/23/14
A-30.10-00......11
/8/07
A-40.50-02.........12/23/14
A-60.30-01 ......
.... 6/28/18
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SPA 31 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
A-30.30-01......6/16/11 A-50.10-00 ....... 11 /17/08 A-60.40-00 .......... 8/31 /07
A-30.35-00.......10/12/07 A-50.20-01.........9/22/09
B-5.20-02 ........ 1 /26/17
B-5.40-02 .........
1 /26/17
B-5.60-02 ......... 1 /26/17
B-10.20-02........3/2/18
B-10.40-01 ........ 1 /26/17
B-10.70-00
...... 1 /26/17
B-15.20-01........2/7/12
C -4f ...................8/12/19
B-15.40-01........2/7/12
C -6a ................10/14/09
B-15.60-02
........ 1 /26/17
B-20.20-02.......3/16/12
C -7a ...................6/16/11
B-20.40-04.......2/27/18
C-8 .....................2/10/09
B-20.60-03.......3/15/12
C -8a ...................7/25/97
B-25.20-02........2/27/18
C -8b ....................2/29/16
B-25.60-02.........2/27/18
C -8e ....................2/21
B-30.10-03.........2/27/18
C -8f .....................6/30/04
B-30.15-00........2/27/18
C-1 6a .................7/21
B-30.20-04.........2/27/18
C-20.10-05.........8/12/19
B-30.30-03.........2/27/18
7/21 /17
B-30.40-03
.......... 2/27/18
C-1 ....................6/28/18
C-1 a .................7/14/15
D-2.06-01 ........
C-1 b ...................8/12/19
D-2.08-00 ........
C-1 d ................10/31
/03
C -2c ..................8/12/19
D-2.16-00 ........
C -4f ...................8/12/19
D-2.18-00 ........
C -6a ................10/14/09
D-2.20-00 ........
C-7 .....................6/16/11
D-2.32-00 ........
C -7a ...................6/16/11
D-2.34-01 ........
C-8 .....................2/10/09
B-45.40-01
C -8a ...................7/25/97
B-50.20-00
C -8b ....................2/29/16
B-55.20-02..........
C -8e ....................2/21
/07
C -8f .....................6/30/04
B-60.40-01
C-1 6a .................7/21
/17
C-20.10-05.........8/12/19
C-20.11-00 ........
7/21 /17
C-20.14-04 ..........
8/12/19
D-2.04-00 ........
11 /10/05
D-2.06-01 ........
1 /6/09
D-2.08-00 ........
11 /10/05
D-2.14-00 ........
11 /10/05
D-2.16-00 ........
11 /10/05
D-2.18-00 ........
11 /10/05
D-2.20-00 ........
11 /10/05
D-2.32-00 ........
11 /10/05
D-2.34-01 ........
1 /6/09
B-30.50-03.........2/27/18
C-20.18-03 ..........
B-30.70-04.........2/27/18
C-20.19-03 ..........
B-30.80-01
.......... 2/27/18
B-30.90-02
........ 1 /26/17
B-35.20-00
.......... 6/8/06
B-35.40-00
.......... 6/8/06
B-40.20-00
.......... 6/1 /06
B-40.40-02
........ 1 /26/17
B-45.20-01
.......... 7/11 /17
B-45.40-01
.......... 7/21 /17
B-50.20-00
.......... 6/1 /06
B-55.20-02..........
2/27/18
B-60.20-01
.......... 6/28/18
B-60.40-01
.......... 2/27/18
B-65.20-01
.......... 4/26/12
B-65.40-00
.......... 6/1 /06
B-70.20-00
.......... 6/1 /06
B-70.60-01
.......... 1 /26/17
C-20.15-02 .......... 6/11 /14
C-20.18-03 ..........
8/12/19
C-20.19-03 ..........
8/12/19
C-20.40-07 ..........
8/12/19
C-20.41-02 ..........
8/12/19
C-20.42-05 ..........
7/14/15
C-20.45.02 ...........
8/12/19
C-22.16-06 ........
7/21 /17
C-22.40-07 ........
8/12/ 19
C-22.45-04........8/12/19
C-80.40-01
C-23.60-04 ........
7/21 /17
C.24.10-02........8/12/19
6/8/06
C-25.20-06........7/14/15
6/8/06
C-25.22-05 ........
7/14/ 15
C-25.26-04........8/12/19
B-95.40-01 .......... 6/28/18
C-25.30-00.......6/28/18
C-85.16-01........
C-25.80-05........8/12/19
C-85-18-01
C-40.16-02........
7/2/12
D-2.48-00 ........ 11 /10/05
D-2.64-01........1 /6/09
D-2.66-00........11 /10/05
D-2.68-00........11
/10/05
D-2.80-00 ........
11 /10/05
D-2.82-00 ........
11 /10/05
D-2.84-00 ........
11 /10/05
D-2.86-00 ....
.... 11 /10/05
D-2.88-00 ........
11 /10/05
B-75.20-02 .......... 2/27/18
B-75.50-01 ..........
6/10/08
B-75.60-00............
6/8/06
B-80.20-00 .........
6/8/06
B-80.40-00 .........
6/1 /06
B-85.10-01.........6/10/08
C-75.30-01
B-85.20-00 ..........
6/1 /06
B-85.30-00 ..........
6/1 /06
B-85.40-00 ..........
6/8/06
B-85.50-01.........6/10/08
C-80.40-01
B-90.10-00 ..........
6/8/06
B-90.20-00 ..........
6/8/06
B-90.30-00 ..........
6/8/06
B-90.40-01 .......... 1 /26/17
B-90.50-00 .......... 6/8/06
B-95.20-01 .......... 2/3/09
B-95.40-01 .......... 6/28/18
C-40.18-03
........ 7/21 /17
C-60.10-00.......8/22/19
..6/19/98
C-70.10-01
........ 6/17/ 14
C-75.10-01
........ 6/11 /14
C-75.20-01
........ 6/11 /14
C-75.30-01
........ 6/11 /14
C-80.10-01
........ 6/11 /14
C-80.20-01
........ 6/11 /14
C-80.30-01
........ 6/11 /14
C-80.40-01
........ 6/11 /14
C-80.50-00........4/8/12
C-85.10-00........4/8/12
C-85.11-00........4/8/12
C-85.14-01
........ 6/11 /14
C-85.15-01........6/30/14
C-85.16-01........
6/17/14
C-85-18-01
........ 6/11 /14
C-85.20-01
........ 6/11 /14
D-3.17-02...... 5/9/16
D-4 .................12/11
/98
D-6 ..............
..6/19/98
D-10.10-01......12/2/08
D-10.15-01.. _
...12/2/08
D-10.2 0-01.........
8/7/19
D-10.25-01 .........
8/7/ 19
D-10.30-00 .........
7/8/08
D-10.35-00 .........
7/8/08
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -132 PROJECT #227
CFW SPECIAL PROVISIONS VER. 2020.06
D-2.36-03
........ 6/11 /14
D-2.42-00
........ 11 /10/05
D-2.44-00
........ 11 /10/05
D-2.60-00
........ 11 /10/05
D-2.62-00
........ 11 /10/05
D-2.46-01
........ 6/11 /14
E-1- .............. -.2/21 /07
E-2 .................... 5/29/98
F-10.12-03 .......
6/11 /14
F-10.16-00 .......
12/2 0/06
F-10.18-01 .........
7/11 /17
F-10.40-03 ...........
6/29/16
F-10.42-00 ......... 1 /23/07
G-10.10-00........9/20/07
G-20.10-02........6/23/15
1-30.10-02.........
G-22.10-04 ..........
6/28/18
G-24.10-00 ...... 11 /8/07
G-24.20-01
...... 2/7/12
G-24.30-02......6/28/18
J-10.18-00 ......
G-24.40-07.....6/28/18
J-10.20-02......7/31
G-24.50-05.....8/7/19
J-10.21-00......6/3/15
G-24.60-05.....6/28/18
J-10.22-00........ 5/29/13
H-10.10-00 .......... 7/3/08
H-10.15-00 .......... 7/3/08
H-30.10-00......10/12/07
1-10.10-01
......... 8/11 /09
1-30.10-02.........
3/22/13
1-30.15-02.........3/22/13
J-10.16-00......
1-30.16-01
......... 7/11 /19
1-30.17-01.........6/12/19
J-10.18-00 ......
J-10 ..................7/18/97
J-10.10-03 ......
6/3/15
J-10.15-01 ........
6/11 /14
J-10.16-00......
6/3/15
J-10.17-00 ......
6/3/15
J-10.18-00 ......
6/3/15
J-10.20-02......7/31
/19
J-10.21-00......6/3/15
J-29.16-02
J-10.22-00........ 5/29/13
J-10.25-00......7/11
/17
J-12.15-00......
6/28/18
J-12.16-00......
6/28/18
J-15.10-01
........ 6/11 /14
J-15.15-02......
7/10/15
J-20.10-04
........ 7/31 /19
D-2.92-00 ........ 11 /10/05
D-3.09-00........5/17/12
F-10.64-03........4/22/14
D-3.10-01......
5/29/13
D-3.11-03 ......
6/11 /14
D-3.15-02......
6/10/13
D-3.16-02......
5/29/13
E-4 ............. .... ... 8/27/03
E -4a .. . . ..............8/27/03
F-10.62-02........4/22/14
G-26.10-00......7/31
F-10.64-03........4/22/14
G-30.10-04....... 6/23/15
F-30.10-03
........ 6/11 /14
F-40.12-03........6/29/16
G-90.11-00......4/28/16
F-40.14-03........6/29/16
G-90.20-05......7/11
G-25.10-04.......6/10/13
G-26.10-00......7/31
/19
G-30.10-04....... 6/23/15
G-50.10-03.......6/28/ 18
G-90.10-03......
7/11/17
G-90.11-00......4/28/16
1-40.10-00.........
G-90.20-05......7/11
/17
G-90.30-04......7/11
/17
G-90.40-02......4/28/16
J-29.16-02
H-32.10-00.......9/20/07
H-60.10-01 ......... 7/3/08
H-60.20-01 ......... 7/3/08
1-30.20-00.........9/20/07
J-28.43-01.......6/28/18
1-30.30-02.........6/12/19
J-28.45-03 .......
1-30.40-02.......6/12/19
J-28.50-03 .......
1-30.60-02.........6/12/19
J-28.60-02 ....... 7/21 /16
1-40.10-00.........
9/20/07
J-28.40-02......6/11 /14
J-28.42-01 ....... 6/11 /14
J-28.43-01.......6/28/18
1-50.20-01
J-28.45-03 .......
7/21 /16
J-28.50-03 .......
7/21 /16
J-28.60-02 ....... 7/21 /16
J-28.70-03
....... 7/21 /17
J-29.10-01
....... 7/21 /16
J-29.15-01
....... 7/21 /16
J-29.16-02
....... 7/21 /16
J-30.10-00......6/18/15
6/28/18
J-40.05-00......7/21
/16
J-40.10-04
......4/28/16
J-40.20-03......4/28/16
6/28/18
J-40.30-04......
4/28/16
D-10.40-01......12/2/08
D-10.45-01......12/2/08
F-40.15-03........6/29/16
F-40.16-03........6/29/16
F-45.10-02........7/15/16
F-80.10-04........7/15/16
G-95.10-02........6/28/18
G-95.20-03........6/28/18
G-95.30-03........6/28/18
H-70.10-01......2/7/12
H-70.20-01......2/16/12
H-70.30-02......2/7/12
1-40.20-00.........9/20/07
1-50.20-01
.......... 6/10/13
1-60.10-01
.......... 6/10/13
1-60.20-01
.......... 6/10/13
1-80.10-02
.......... 7/15/16
J-60.13-00.......6/16/10
J-60.14-01......
7/31/19
J-75.10-02 ....
.. 7/10/15
J-75.20-01......
7/10/15
J-75.30-02.......7/10/15
J-75.40-02......
6/1/16
J-75.41-01......
6/29/16
J-75.45-02......
6/1/16
J-80.10-00.....
6/28/18
J-80.15-00......
6/28/18
J-81.10-00......
6/28/18
J-86.10-00....
6/28/18
J-90.10-03....
.6/28/18
J-90.20-03.......6/28/18
J-90.21-02..
6/28/18
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -133 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
J-20.11-03 ........ 7/31 /19
J-20.15-03........6/30/14
J-20.16-02........6/30/14
....... 6/1 /16
J-20.20-02........5/20/13
6/3/11
J-20.26-01........7/12/12
....... 2/21 /07
J-21.10-04......6/30/14
....... 2/21 /07
J-21.15-01......6/10/13
7/31/19
J-21.16-01......6/10/13
6/3/11
J-21.17-01......
6/10/13
J-21.20-01......6/10/13
6/3/11
J-22.15-02......7/10/15
6/3/11
J-22.16-03......7/10/15
6/3/11
J-26.10-03.....7/21
/16
J-26.15-01.....5/17/12
1 /30/07
J-26.20-01.....6/28/18
6/24/14
J-27.10-01.....7/21
/16
J-27.15-00.....3/15/12
J-28.10-02......8/7/19
J-28.22-00.......8/07/07
J-28.24-01.......6/3/15
J-28.26-01......12/02/08
/16
J-28.30-03......6/11
/14
K-70.20-01
....... 6/1 /16
K-80.10-01
....... 6/1 /16
K-80.20-00.....12/20/06
6/3/11
K-80.35-00
....... 2/21 /07
K-80.37-00
....... 2/21 /07
L-10.10-02 ..... ...6/21 /12
L-20.10-03........7/14/15
L-30.10-02 -------- 6/11 /14
M-1.20-03 .........
6/24/14
M-1.40-02 .........
6/3/11
M-1.60-02 .........
6/3/11
M-1.80-03 .........
6/3/11
M-2.20-03 .........
7/10/15
M-2.21-00......7/10/15
7/31/19
M-3.10-03 .........
6/3/11
M-3.20-02 .........
6/3/11
M-3.30-03 .........
6/3/11
M-3.40-03 .........
6/3/11
M-3.50-02.........
6/3/11
M-5.10-02 .........
6/3/11
M-7.50-01 .........
1 /30/07
M-9.50-02 .........
6/24/14
M-9.60-00........2/10/09
J-40.35-01......
5/29/13
J-40.36-02......
7/21/17
J-40.37-02......
7/21/17
J-40.38-01.......
5/20/13
J-40.39-00......
5/20/13
J-40.40-02......
7/31/19
J-45.36-00......
7/21/17
J-50.05-00......
7/21/17
J-50.10-01 .......
7/31 /19
J-50.11-02 .......
7/31 /19
J-50.12-02.......8/7/19
J-50.13-00.......8/22/19
J-50.15-01......7/21
/17
J-50.16-01.......3/22/13
/17
J-50.18-00.......8/7/19
J-50.19-00......8/7/19
J-50.20-00......6/3/11
J-50.25-00.......6/3/11
J-50.30-00 .......6/3/11
J-60.05-01.....7/21
/16
J-60.11-00.......5/20/13
J-60.12-00.......5/20/13
L-40.10-02 ........ 6/21 /12
L-40.15-01........6/16/11
L-40.20-02 ........ 6/21 /12
M-11.10-03 ........
8/7/19
M-12.10-01......
6/28/18
M-15.10-01........2/6/07
M-17.10-02........7/3/08
M-20.10-02........6/3/11
9/20/07
M-20.20-02........4/20/15
M-20.30-04........2/29/16
M-20.40-03........6/24/14
/11
M-20.50-02........6/3/11
M-24.20-02.......4/20/15
M-24.40-02.......4/20/15
M-24.60-04.......6/24/14
M-24.65-00......7/11
/17
M-24.66-00.....7/11
/17
M-40.10-03......6/24/14
END DIVISION 9
J-90.50-00...... 6/28/18
L-70.10-01.... ... 5/21 /08
L-70.20-01 ... .... 5/21 /08
M-40.20-00 ...
10/ 12/07
M-40.30-01......7/11
/17
M-40.40-00......9/20/07
M-40.50-00......9/20/07
M-40.60-00......
9/20/07
M-60.10-01......6/3/11
M-60.20-02......6/27/11
M-65.10-02......5/11
/11
M-80.10-01......6/3/11
M-80.20-00......6/10/08
M-80.30-00......6/10/08
CITY OF FEDERAL WAY SW 296T" AT 14T" SLIDE RESTORATION
SP -134 PROJECT #227
CFW SPECIAL PROVISIONS VER 2020 06
7/17/2020 about:blank
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, workers wage and benefit rates must
add to not less than this total. A brief description of overtime calculation requirements
are provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 7/17/2020
County_
King
King
King
King
King
King
King
King
King
King
King
King
Trade
Asbestos Abatement
Workers
Boilermakers
Brick Mason
Brick Mason
Building Service Employees
Building Service Employees
Building Service Employees
Building Service Employees
Cabinet Makers {In Shop).
Carpenters
Carpenters
Carpenters
King
Carpenters
King
Carpenters
King
Carpenters
King
Carpenters
King
Cement Masons
King
Cement Masons
King Cement Masons
Job Classification
Journey Level
Journey Level
Journey Level
Pointer -Caulker -Cleaner
Janitor
Traveling
Waxer/Shampooer
Window Cleaner (Non -
Scaffold)
Window Cleaner
(Scaffold)
Journey Level
Acoustical Worker
Carpenter
Carpenters on Stationary
Tools
Creosoted Material
Floor Finisher
Floor Layer
Scaffold Erector
Application of all
Composition Mastic
Application of all Epoxy
Material
Application of all Plastic
Material
Wage Holiday Overtime Note *Risk
Class
$50.86 5D 1H View
$69.29
5N
1 C
View
$58.82
5A
1M
View
$58.82
5A
1M
View
$25.58
5S
2F
View
$26.03
5S
2F
View
$29.33
5S
2F
View
$30.33
5S
2F
View
$22.74
1
View
$62.44
7A
4C
View
$62.44
7A
4C
View
$62.57
7A
4C
View
$62.54
7A
4C
View
$62.44
7A
4C
View
$62.44
7A
4C
View
$62.44
7A
4C
View
$62.97
7A
Q
View
$62.47
7A
41J
View
$62.97
7A
41J
View
aboutblank 1123
7/17/2020
about:blank
King
Cement Masons
Application of Sealing
$62.47
7A
4U
View
Compound
King
Cement Masons
Application of
$62.97
7A
4U
View
Underlayment
King
Cement Masons
Building 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
4U
View
King
Cement Masons
Curing Concrete
$62.47
7A
4U
View
King
Cement Masons
Finish Colored Concrete
$62.97
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,
$62.97
7A
4U
View
self-powered
King
Cement Masons
Grouting of all Plates
$62.47
7A
4U
View
King
Cement Masons
Grouting of all Tilt-up
$62.47
7A
4U
View
Panels
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
$62.97
7A
4U
View
Brushing
King
Cement Masons
Sand Blasting
$62.97
7A
4U
View
Architectural Finish
King
Cement Masons
Screed Et Rodding
$62.97
7A
4U
View
Machine
King
Cement Masons
Spackling or Skim Coat
$62.47
7A
4U
View
Concrete
King
Cement Masons
Troweling Machine
$62.97
7A
4U
View
Operator
King
Cement Masons
Troweling Machine
$62.97
7A
4U
View
Operator on Colored
Slabs
King
Cement Masons
Tunnel Workers
$62.97
7A
4U
View
King
Divers Et Tenders
Bell/Vehicle or
$116.20
7A
4C
View
Submersible 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
about:blank
2/23
7/17/2020
about:blank
King
Divers Ft Tenders
Manifold Operator
$67.31
7A
4C
View
King
Divers Et Tenders
Manifold Operator Mixed
$72.31
7A
4C
View
Gas
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
View
King
Dredge Workers
Assistant Mate
$56.00
5D
3F
View
(Deckhand)
King
Dredge Workers
Boatmen
$56.44
5D
3F
View
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
View
King
Dredge Workers
Mates
$56.44
5D
3F
View
King
Dredge Workers
Oiler
$56.00
5D
3F
View
King
Drywall Applicator
Journey Level
$62.44
5D
1H
View
King
Drywall Tapers
Journey Level
$62.81
5P
JE
View
King
Electrical Fixture
Journey Level
$31.99
5L
JE
View
Maintenance Workers
King
Electricians -Inside
Cable Splicer
$87.22
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$93.74
7C
4E
View
King
Electricians - Inside
Certified Welder
$84.26
7C
4E
View
King
Electricians - Inside
Certified Welder (tunnel)
$90.47
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$43.18
7C
4E
View
King
Electricians - Inside
Journey Level
$81.30
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$87.22
7C
4E
View
King
Electricians :-Motor Shop
Journey Level
$47.53
5A
1B
View
King
Electricians - Powerline
Cable Splicer
$82.39
5A
4D
View
Construction
King
Electricians - Powerline
Certified Line Welder
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Groundperson
$49.17
5A
4D
View
Construction
King
Electricians - Powerline
Heavy Line Equipment
$75.64
5A
4D
View
Construction
Operator
King
Electricians - Powerline
Journey Level Lineperson
$75.64
5A
4D
View
Construction
King
Electricians - Powertine
Line Equipment Operator
$64.54
5A
4D
View
Construction
King
Electricians- Powerline
Meter Installer
$49.17
5A
4D
8W View
Construction
King
Electricians - Powerline
Pole Sprayer
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$56.49
5A
4D
View
Construction
about:blank
3/23
7/17/2020
about:blank
King
Electronic Technicians
Journey Level
$53.57
7E
1 E
View
King
Elevator Constructors
Mechanic
$97.31
7D
4A
View
King
Elevator Constructors
Mechanic In Charge
$105.06
7D
4A
View
King
Fabricated Precast
All Classifications - In-
$18.25
5B
1R
View
Concrete Products
Factory Work Only
King
Fence Erectors
Fence Erector
$43.11
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$43.11
7A
4V
8Y
View
King
Flaggers
Journey Level
$43.11
7A
4V
8Y
View
King
Glaziers
Journey Level
$66.51
7L
1Y
View
King
Heat & Frost Insulators And
Journeyman
$76.61
5J
4H
View
Asbestos Workers
King
HeatingEquipment
Journey Level
$85.88
7F
JE
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
1 K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Cleaner Operator,
$31.49
1
View
Of Sewer Et Water Systems
Foamer Operator
By Remote Control
King
Inspection/Cleaning/Sealing Grout Truck Operator
$13.50
1
View
Of Sewer Et Water Systems
By Remote Control
King
Inspection/Cleaning/Sealing Head Operator
$24.91
1
View
Of Sewer Et Water- Systems
By Remote Control
King
Inspection/Cleaning/Sealing Technician
$19.33
1
View
Of Sewer Et Water Systems
By Remake Control
King
Inspection/Cleaning/Sealing Tv Truck Operator
$20.45
1
View
Of Sewer Et Water Systems
By Remote Control
King
Insulation Applicators
Journey Level
$62.44
7A
4C
View
King
Ironworkers
Journeyman
$73.73
7N
10
View
King
Laborers
Air, Gas Or Electric
$50.86
7A
4V
8Y
View
Vibrating 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
about:blank
4/23
7/17/2020
about:blank
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
1Y
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
$50.86
7A
4V
8Y
View
Shack
King
Laborers
Chipping Gun (30 Lbs.
$51.80
7A
4V
8Y
View
And Over)
King
Laborers
Chipping Gun (Under 30
$50.86
7A
4V
8Y
View
Lbs.)
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
Concrete Form Stripper
$50.86
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$51.80
7A
4V
8Y
View
King
Laborers
Concrete Saw
$51.80
7A
4V
8Y
View
Operator/Core 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)
King
laborers
Ditch Digger
$50.86
7A
4V
8Y
View
King
Laborers
Diver
$52.44
7A
4V
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
$51.80
7A
4V
8Y
View
Saw
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
about:blank
5/23
7/17/2020
about:blank
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
$51.80
7A
4V
8Y
View
Locomotive
King
Laborers
Nozzleman (Concrete
$51.80
7A
4V
8Y
View
Pump, Green Cutter
When Using Combination
Of High Pressure Air Et
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
King
Laborers
Pot Tender
$50.86
7A
4V
8Y
View
King
Laborers
Powderman
$52.44
7A
4V
8Y
View
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 -
$51.80
7A
4V
8Y
View
Power
King
Laborers
Raker - Asphalt
$52.44
7A
4V
8Y
View
King
Laborers
Re-timberman
$52.44
7A
4V
8Y
View
King
Laborers
Remote Equipment
$51.80
7A
4V
8Y
View
about:blank
6/23
7/17/2020
about:blank
Operator
King
Laborers
Rigger/Signal Person
$51.80
7A
4V
8Y
View
King
Laborers
Rip Rap Person
$50.86
7A
4V
8Y
View
King
Laborers
Rivet Buster
$51.80
7A
4V
8Y
View
King
Laborers
Rodder
$51.80
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$50.86
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 Piler
$50.86
7A
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$43.11
7A
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar
$51.80
7A
4V
8Y
View
Electric, Air Et Gas
Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$51.80
7A
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer
$51.80
7A
4V
8Y
View
(Lagger, Shorer 8t
Cribber)
King
Laborers
Toolroom Person (at
$50.86
7A
4V
1Y
View
Jobsite)
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
$48.84
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
$120.61
7A
4V
9B
View
Air Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed
$125.64
7A
4V
9B
View
Air Worker 30.01-44.00
psi
King
Laborers
Tunnel Work -Compressed
$129.32
7A
4V
9B
View
Air Worker 44.01-54.00
psi
King
Laborers
Tunnel Work -Compressed
$135.02
7A
4V
9B
View
Air Worker 54.01-60.00
psi
King
Laborers
Tunnel Work -Compressed
$137.14
7A
4V
9B
View
Air Worker 60.01-64.00
psi
King
Laborers
Tunnel Work -Compressed
$142.24
7A
4V
9B
View
about:blank
7/23
7/17/2020
King Laborers
King Laborers
King Laborers
King Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers - Underground
psi
Sewer Et Water
King
Laborers - Underground
Air Worker 72.01-74.00
Sewer Et Water
about:blank
Landscape Construction
Air Worker 64.01-68.00
View
psi
Construction /Landscaping
Tunnel Work -Compressed
$144.14
Air Worker 68.01-70.00
King
psi
Landscape Operator
Tunnel Work -Compressed
$146.14
Air Worker 70.01-72.00
King
psi
Journey Level
Tunnel Work -Compressed
$148.14
Air Worker 72.01-74.00
King
psi
Fitter
Tunnel Work-Guage and
$52.54
Lock Tender
King
Tunnel Work -Miner
$52.54
Vibrator
$51.80
Vinyl Seamer
$50.86
Watchman
$39.18
Welder
$51.80
Well Point Laborer
$51.80
Window Washer/Cleaner
$39.18
General Laborer Et
$50.86
Topman
King
Pipe Layer
$51.80
King
Landscape Construction
Landscape
View
Construction /Landscaping
4V
913
Or Planting Laborers
King
Landscape Construction
Landscape Operator
King
Landscape Maintenance
Groundskeeper
King
Lathers
Journey Level
King
Marble Setters
Journey Level
King
Metal Fabrication (In Shop),
Fitter
King
Metal Fabrication In Shop).
Laborer
King
Metal Fabrication In Shop),
Machine Operator
King
Metal Fabrication (In Shop),
Painter
King
Metal Fabrication (In Shop),
Welder
King
Millwright
Journey Level
King
Modular Buildings
Cabinet Assembly
King
Modular Buildings
Electrician
King
Modular Buildings
Equipment Maintenance
King
Modular Buildings
Plumber
King
Modular Buildings
Production Worker
King
Modular Buildings
Tool Maintenance
King
Modular Buildings
Utility Person
King
Modular Buildings
Welder
about:blank
7A
4V
9B
View
7A
4V
913
View
7A
4V
9B
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
4V
1Y
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
4V
8Y
View
7A
$39.18 7A
$68.02
$17.87
$62.44
$58.82
$15.86
$13.50
$13.50
$13.50
$15.48
$63.94
$13.50
$13.50
$13.50
$13.50
$13.50
$13.50
$13.50
$13.50
7A
5D
5A
7A
4V 8Y View
4V 8Y View
3K
1
1H
1M
1
1
1
1
1
4C
1
1
1
1
1
1
1
1
8X View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
View
8/23
7/17/2020
aboutblank
King
Painters Journey Level
$43.40
6Z
2B
View
King
Pile Driver Crew Tender
$67.31
7A
4C
View
King
Pile Driver Crew 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 Hyperbaric Worker -
$82.93
7A
4C
View
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
$59.29
7Q
1 R
View
King
Playground £t Park Journey Level
$13.50
1
View
Equipment Installers
King
Plumbers ft Pipefitters Journey Level
$89.19
6Z
1 G
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
$65.05
7A
3K
8X
View
Demolition Equipment
King
Power Equipment Operators Brooms
$65.05
7A
3K
8X
View
King
Power EquipmentOperators Bump Cutter
$68.55
7A
3K
8X
View
King
Power Equipment Operators Cableways
$69.16
7A
3K
8X
View
King
Power Equipment Operators Chipper
$68.55
7A
3K
8X
View
aboutblank
9/23
7/17/2020
abouttlank
King
Power Equipment Operators Compressor
$65.05
7A
3K
8X
View
King
Power Equipment Operators Concrete Finish Machine -
$65.05
7A
3K
8X
View
Laser Screed
King
Power Equipment Operators Concrete Pump - Mounted
$68.02
7A
3K
8X
View
Or Trailer High Pressure
Line Pump, Pump High
Pressure
King
Power Equipment Operators Concrete Pump: Truck
$69.16
7A
3K
8X
View
Mount With Boom
Attachment Over 42 M
King
Power Equipment Operators Concrete Pump: Truck
$68.55
7A
3K
8X
View
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
$71.26
7A
3K
8X
View
and over
King
Power Equipment Operators Cranes: 100 tons through
$69.85
7A
3K
8X
View
199 tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators Cranes: 20 Tons Through
$68.55
7A
3K
8X
View
44 Tons With
Attachments
King
Power Equipment Operators Cranes: 200 tons- 299
$70.57
7A
3K
8X
View
tons, or 250' of boom
including jib with
attachments
King
Power Equipment Operators Cranes: 300 tons and over
$71.26
7A
3K
8X
View
or 300' of boom including
jib with attachments
King
Power Equipment Operators Cranes: 45 Tons Through
$69.16
7A
3K
8X
View
99 Tons, Under 150' Of
Boom (including Jib With
Attachments)
King
Power Equipment Operators 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
$68.02
7A
3K
8X
View
with attachments, A-
frame over 10 tons
King
Power Equipment Operators Crusher
$68.55
7A
3K
8X
View
King
Power Equipment Operators Deck Engineer/Deck
$68.55
7A
3K
8X
View
Winches (power)
King
Power Equipment Operators Derricks, On Building
$69.16
7A
3K
8X
View
Work
King
Power Equipment Operators Dozers D-9 ft Under
$68.02
7A
3K
8X
View
King
Power Equipment Operators Drill Oilers: Auger Type,
$68.02
7A
3K
8X
View
about:blank
10/23
7/17/2020
about:blank
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 Operators Finishing Machine,
$68.55
7A
3K
8X
View
Bidwell And Gamaco Et
Similar Equipment
King
Power Equipment Operators Forklift: 3000 Lbs And
$68.02
7A
3K
8X
View
Over 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
$68.55
7A
3K
8X
View
Blue Prints, Cut Sheets,
Etc
King
Power Equipment Operators Gradechecker/Stakeman
$65.05
7A
3K
8X
View
King
Power Equipment Operators Guardrail Punch
$68.55
7A
3K
8X
View
King
Power Equipment Operators Hard Tail End Dump
$69.16
7A
3K
8X
View
Articulating Off- Road
Equipment 45 Yards. Et
Over
King
Power Equipment Operators Hard Tail End Dump
$68.55
7A
3K
8X
View
Articulating Off-road
Equipment Under 45
Yards
King
Power Equipment Operators Horizontal/ Directional
$68.02
7A
3K
8X
View
Drill Locator
King
Power Equipment Operators Horizontal/ Directional
$68.55
7A
3K
8X
View
Drill Operator
King
Power Equipment Operators Hydralifts/Boom Trucks
$68.02
7A
3K
8X
View
Over 10 Tons
King
Power Equipment Operators Hydralifts/Boom Trucks,
$65.05
7A
3K
8X
View
10 Tons And Under
King
Power Equipment Operators Loader, Overhead 8
$69.85
7A
3K
8X
View
Yards. Et Over
King
Power Equipment Operators Loader, Overhead, 6
$69.16
7A
3K
8X
View
Yards. But Not Including 8
Yards
King
Power Equipment Operators Loaders, Overhead Under
$68.55
7A
3K
8X
View
6 Yards
King
Power Equipment Operators Loaders, Plant Feed
$68.55
7A
3K
8X
View
King
Power Equipment Operators Loaders: Elevating Type
$68.02
7A
3K
8X
View
Belt
King
Power Equipment Operators Locomotives, All
$68.55
7A
3K
8X
View
King
Power Equipment Operators 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)
aboutblank
11/23
7/17/2020
abouttlank
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
$68.02
7A
3K
8X
View
And Manlifts), Air
Tuggers, Strato
King
Power Equipment Operators Overhead, Bridge Type
$68.55
7A
3K
8X
View
Crane: 20 Tons Through
44 Tons
King
Power Equipment Operators Overhead, Bridge Type:
$69.85
7A
3K
8X
View
100 Tons And Over
King
Power Equipment Operators Overhead, Bridge Type:
$69.16
7A
3K
8X
View
45 Tons Through 99 Tons
King
Power Equipment Operators Pavement Breaker
$65.05
7A
3K
8X
View
King
Power Equipment Operators Pile Driver (other Than
$68.55
7A
3K
8X
View
Crane Mount)
King
Power Equipment Operators Plant Oiler - Asphalt,
$68.02
7A
3K
8X
View
Crusher
King
Power Equipment Operators Posthole Digger,
$65.05
7A
3K
8X
View
Mechanical
King
Power Equipment Operators Power Plant
$65.05
7A
3K
8X
View
King
Power Equipment Operators Pumps - Water
$65.05
7A
3K
8X
View
King
Power EquipmentOperators Quad 9, Hd 41, D10 And
$69.16
7A
3K
8X
View
Over
King
Power Equipment Operators Quick Tower - No Cab,
$65.05
7A
3K
8X
View
Under 100 Feet In Height
Based To Boom
King
Power Equipment Operators Remote Control Operator
$69.16
7A
3K
8X
View
On 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 RoRagon
$69.16
7A
3K
8X
View
King
Power Equipment Operators Roller, Other Than Plant
$65.05
7A
3K
8X
View
Mix
King
Power Equipment Operators Roller, Plant Mix Or Multi-
$68.02
7A
3K
8X
View
lift 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 Equipment Operators Scrapers - Concrete Et
$68.02
7A
3K
8X
View
about:blank
12/23
7/17/2020 about:blank
abouttlank 13/23
Carry All
King
Power Equipment Operators Scrapers, Self-propelled:
$69.16
7A
3K
8X
View
45 Yards And Over
King
Power Equipment Operators Service Engineers -
$68.02
7A
3K
8X
View
Equipment
King
Power Equipment Operators Shotcrete/Gunite
$65.05
7A
3K
8X
View
Equipment
King
Power Equipment Operators Shovel, Excavator,
$68.02
7A
3K
8X
View
Backhoe, Tractors Under
15 Metric Tons
King
Power Equipment Operators Shovel, Excavator,
$69.16
7A
3K
8X
View
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
King
Power Equipment Operators Shovel, Excavator,
$68.55
7A
3K
8X
View
Backhoes, Tractors: 15 To
30 Metric Tons
King
Power Equipment Operators Shovel, Excavator,
$69.85
7A
3K
8X
View
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
King
Power Equipment Operators Shovel, Excavator,
$70.57
7A
3K
8X
View
Backhoes: 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 Operators Subgrader Trimmer
$68.55
7A
3K
8X
View
King
Power Equipment Operators Tower Bucket Elevators
$68.02
7A
3K
8X
View
King
Power Equipment Operators Tower Crane Up To 175'
$69.85
7A
3K
8X
View
In Height Base To Boom
King
Power Equipment Operators Tower Crane: over 175'
$70.57
7A
3K
8X
View
through 250' in height,
base to boom
King
Power Equipment Operators Tower Cranes: over 250'
$71.26
7A
3K
8X
View
in height from base to
boom
King
Power Equipment Operators Transporters, All Track Or
$69.16
7A
3K
8X
View
Truck Type
King
Power Equipment Operators 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 Equipment Operators Truck Mount Portable
$68.55
7A
3K
8X
View
Conveyor
King
Power Equipment Operators Welder
$69.16
7A
3K
8X
View
King
Power EquipmentOperators Wheel Tractors, Farmall
$65.05
7A
3K
8X
View
Type
abouttlank 13/23
7/17/2020
about:blank
King
Power Equipment Operators Yo Yo Pay Dozer
$68.55
7A
3K
8X
View
King
Power Equipment
Asphalt Plant Operators
$69.16
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Assistant Engineer
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Barrier Machine (zipper)
$68.55
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Batch Plant Operator,
$68.55
7A
3K
8X
View
Operators- Underground
Concrete
Sewer Et Water
King
Power Equipment
Bobcat
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Brokk - Remote
$65.05
7A
3K
8X
View
Operators- Underground
Demolition Equipment
Sewer Et Water
King
Power Equipment
Brooms
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Bump Cutter
$68.55
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Cableways
$69.16
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Chipper
$68.55
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Compressor
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Concrete Finish Machine -
$65.05
7A
3K
8X
View
Operators- Underground
Laser Screed
Sewer Et Water
King
Power Equipment
Concrete Pump - Mounted
$68.02
7A
3K
8X
View
Operators- Underground
Or Trailer High Pressure
Sewer Et Water
Line Pump, Pump High
Pressure
King
Power Equipment
Concrete Pump: Truck
$69.16
7A
3K
8X
View
Operators- Underground
Mount With Boom
Sewer Et Water
Attachment Over 42 M
King
Power Equipment
Concrete Pump: Truck
$68.55
7A
3K
8X
View
Operators Underground
Mount With Boom
Sewer Et Water
Attachment Up To 42m
King
Power Equipment
Conveyors
$68.02
7A
3K
8X
View
Operators Underground
Sewer Et Water
about:blank
14/23
7/17/2020
about:blank
King
Power Equipment
Cranes friction: 200 tons
$71.26
7A 3K 8X View
QperatoiT Underground
and over
Sewer Et Water
King
Power Equipment
Cranes: 100 tons through
$69.85
7A 3K 8X View
Operators Underground
199 tons, or 150' of boom
Sewer Et Water
(including jib with
attachments)
King
Power Equipment
Cranes: 20 Tons Through
$68.55
7A 3K 8X View
Operators- Underground
44 Tons With
Sewer Et Water
Attachments
King
Power Equipment
Cranes: 200 tons- 299
$70.57
7A 3K 8X View
Operators- Underground
tons, or 250' of boom
Sewer Et Water
including jib with
attachments
King
Power Equipment
Cranes: 300 tons and over
$71.26
7A 3K 8X View
Operators- Underground
or 300' of boom including
Sewer Et Water
jib with attachments
King
Power Equipment
Cranes: 45 Tons Through
$69.16
7A 3K 8X View
Operators- Underground
99 Tons, Under 150' Of
Sewer Et Water
Boom (including Jib With
Attachments)
King
Power Equipment
Cranes: A-frame - 10 Tons
$65.05
7A 3K 8X View
Operators Underground
And Under
Sewer Et Water
King
Power Equipment
Cranes: Friction cranes
$70.57
7A 3K 8X View
Operators- Underground
through 199 tons
Sewer Et Water
King
Power Equipment
Cranes: through 19 tons
$68.02
7A 3K 8X View
Operators Underground
with attachments, A-
Sewer Et Water
frame over 10 tons
King
Power Equipment
Crusher
$68.55
7A 3K 8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Deck Engineer/Deck
$68.55
7A 3K 8X View
Operators- Underground
Winches (power)
Sewer Et Water
King
Power Equipment
Derricks, On Building
$69.16
7A 3K 8X View
Operators- Underground
Work
Sewer Et Water
King
Power Equipment
Dozers D-9 Et Under
$68.02
7A 3K 8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Drill Oilers: Auger Type,
$68.02
7A 3K 8X View
Operators- Underground
Truck Or Crane Mount
Sewer Et Water
King
Power Equipment
Drilling Machine
$69.85
7A 3K 8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Elevator And Man-lift:
$65.05
7A 3K 8X View
Operators- Underground
Permanent And Shaft
about:blank
15/23
7/17/2020
about:blank
Sewer Ft Water
Type
King
Power Equipment
Finishing Machine,
$68.55
7A
3K
8X View
Operators- Underground
Bidwell And Gamaco Ft
Sewer Ft Water
Similar Equipment
King
Power Equipment
Forklift: 3000 Lbs And
$68.02
7A
3K
8X View
Operators- Underground
Over With Attachments
Sewer Ft Water
King
Power Equipment
Forklifts: Under 3000 Lbs.
$65.05
7A
3K
8X View
Operators- Underground
With Attachments
Sewer Et Water
King
Power Equipment
Grade Engineer: Using
$68.55
7A
3K
8X View
Operators- Underground
Blue Prints, Cut Sheets,
Sewer Et Water
Etc
King
Power Equipment
Gradechecker/Stakeman
$65.05
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Guardrail Punch
$68.55
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Hard Tail End Dump
$69.16
7A
3K
8X View
Operators- Underground
Articulating Off- Road
Sewer Et Water
Equipment 45 Yards. Et
Over
King
Power Equipment
Hard Tail End Dump
$68.55
7A
3K
8X View
Operators- Underground
Articulating Off-road
Sewer Et Water
Equipment Under 45
Yards
King
Power Equipment
Horizontal/ Directional
$68.02
7A
3K
8X View
Operators- Underground
Drill Locator
Sewer Ft Water
King
Power Equipment
Horizontal/ Directional
$68.55
7A
3K
8X View
Operators- Underground
Drill Operator
Sewer Et Water
King
Power Equipment
Hydralifts/Boom Trucks
$68.02
7A
3K
8X View
Operators- Underground
Over 10 Tons
Sewer Ft Water
King
Power Equipment
Hydralifts/Boom Trucks,
$65.05
7A
3K
8X View
Operators- Underground
10 Tons And Under
Sewer Et Water
King
Power Equipment
Loader, Overhead 8
$69.85
7A
3K
8X View
Operators- Underground
Yards. Et Over
Sewer Et Water
King
Power Equipment
Loader, Overhead, 6
$69.16
7A
3K
8X View
Operators- Underground
Yards. But Not Including 8
Sewer Et Water
Yards
King
Power Equipment
Loaders, Overhead Under
$68.55
7A
3K
8X View
Operators- Underground
6 Yards
Sewer Et Water
King
Power Equipment
Loaders, Plant Feed
$68.55
7A
3K
8X View
Operators- Underground
aboutblank
16/23
7/17/2020
abouttlank
Sewer Et Water
King
Power Equipment
Loaders: Elevating Type
$68.02
7A
3K
8X View
Operators- Underground
Belt
Sewer Et Water
King
Power Equipment
Locomotives, All
$68.55
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Material Transfer Device
$68.55
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Mechanics, All (leadmen -
$69.85
7A
3K
8X View
Operators- Underground
$0.50 Per Hour Over
Sewer Et Water
Mechanic)
King
Power Equipment
Motor Patrol Graders
$69.16
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Mucking Machine, Mole,
$69.16
7A
3K
8X View
Operators- Underground
Tunnel Drill, Boring, Road
Sewer Et Water
Header And/or Shield
King
Power Equipment
Oil Distributors, Blower
$65.05
7A
3K
8X View
Operators- Underground
Distribution Et Mulch
Sewer Et Water
Seeding Operator
King
Power Equipment
Outside Hoists (Elevators
$68.02
7A
3K
8X View
Operators- Underground
And Manlifts), Air
Sewer Et Water
Tuggers, Strato
King
Power Equipment
Overhead, Bridge Type
$68.55
7A
3K
8X View
Operators- Underground
Crane: 20 Tons Through
Sewer Et Water
44 Tons
King
Power Equipment
Overhead, Bridge Type:
$69.85
7A
3K
8X View
Operators- Underground
100 Tons And Over
Sewer Et Water
King
Power Equipment
Overhead, Bridge Type:
$69.16
7A
3K
8X View
Operators- Underground
45 Tons Through 99 Tons
Sewer Et Water
King
Power Equipment
Pavement Breaker
$65.05
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Pile Driver (other Than
$68.55
7A
3K
8X View
Operators- Underground
Crane Mount)
Sewer Et Water
King
Power Equipment
Plant Oiler - Asphalt,
$68.02
7A
3K
8X View
Operators- Underground
Crusher
Sewer Et Water
King
Power Equipment
Posthole Digger,
$65.05
7A
3K
8X View
Operators- Underground
Mechanical
Sewer Et Water
King
Power Equipment
Power Plant
$65.05
7A
3K
8X View
Operators- Underground
Sewer Et Water
about:blank
17/23
7/17/2020
about:blank
King
Power Equipment
Pumps - Water
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Quad 9, Hd 41, D10 And
$69.16
7A
3K
8X
View
Operators- Underground
Over
Sewer Et Water
King
Power Equipment
Quick Tower - No Cab,
$65.05
7A
3K
8X
View
Operators- Underground
Under 100 Feet In Height
Sewer Et Water
Based To Boom
King
Power Equipment
Remote Control Operator
$69.16
7A
3K
8X
View
Operators- Underground
On Rubber Tired Earth
Sewer Et Water
Moving Equipment
King
Power Equipment
Rigger and Bellman
$65.05
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Rigger/Signal Person,
$68.02
7A
3K
8X
View
Operators- Underground
Bellman (Certified)
Sewer It Water
King
Power Equipment
Rollagon
$69.16
7A
3K
8X
View
Qperators- Underground
Sewer Et Water
King
Power Equipment
Roller, Other Than Plant
$65.05
7A
3K
8X
View
Operators- Underground
Mix
Sewer Et Water
King
Power Equipment
Roller, Plant Mix Or Multi-
$68.02
7A
3K
8X
View
Operators- Underground
lift Materials
Sewer Et Water
King
Power Equipment
Roto-mill, Roto-grinder
$68.55
7A
3K
8X
View
Operators- Underground
Sewer Et Water
King
Power Equipment
Saws - Concrete
$68.02
7A
3K
8X
View
Qperators- Underground
Sewer Et Water
King
Power Equipment
Scraper, Self Propelled
$68.55
7A
3K
8X
View
Operators- Underground
Under 45 Yards
Sewer Et Water
King
Power Equipment
Scrapers - Concrete Et
$68.02
7A
3K
8X
View
Qperators- Underground
Carry All
Sewer Et Water
King
Power Equipment
Scrapers, Self-propelled:
$69.16
7A
3K
8X
View
Operators- Underground
45 Yards And Over
Sewer Et Water
King
Power Equipment
Service Engineers -
$68.02
7A
3K
8X
View
Operators- Underground
Equipment
Sewer Et Water
King
Power Equipment
Shotcrete/ G unite
$65.05
7A
3K
8X
View
Operators- Underground
Equipment
Sewer Et Water
King
Power Equipment
Shovel, Excavator,
$68.02
7A
3K
8X
View
Operators- Underground
Backhoe, Tractors Under
about:blank
18/23
7/17/2020
abouttlank
Sewer Et Water
15 Metric Tons
King
Power Equipment
Shovel, Excavator,
$69.16
7A
3K
8X View
Operators- Underground
Backhoe: Over 30 Metric
Sewer Ft Water
Tons To 50 Metric Tons
King
Power Equipment
Shovel, Excavator,
$68.55
7A
3K
8X View
Operators- Underground
Backhoes, Tractors: 15 To
Sewer Ft Water
30 Metric Tons
King
Power Equipment
Shovel, Excavator,
$69.85
7A
3K
8X View
Operators- Underground
Backhoes: Over 50 Metric
Sewer Et Water
Tons To 90 Metric Tons
King
Power Equipment
Shovel, Excavator,
$70.57
7A
3K
8X View
Operators- Underground
Backhoes: Over 90 Metric
Sewer Et Water
Tons
King
Power Equipment
Slipform Pavers
$69.16
7A
3K
8X View
Operators- underground
Sewer Ft Water
King
Power Equipment
Spreader, Topsider Et
$69.16
7A
3K
8X View
Operators- Underground
Screedman
Sewer Ft Water
King
Power Equipment
Subgrader Trimmer
$68.55
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Tower Bucket Elevators
$68.02
7A
3K
8X View
Operators- Underground
Sewer Ft Water
King
Power Equipment
Tower Crane Up To 175'
$69.85
7A
3K
8X View
Operators Underground
In Height Base To Boom
Sewer Ft Water
King
Power Equipment
Tower Crane: over 175'
$70.57
7A
3K
8X View
Operators- Underground
through 250' in height,
Sewer Ft Water
base to boom
King
Power Equipment
Tower Cranes: over 250'
$71.26
7A
3K
8X View
Operators- Underground
in height from base to
Sewer Et Water
boom
King
Power Equipment
Transporters, All Track Or
$69.16
7A
3K
8X View
Operators- Underground
Truck Type
Sewer Ft Water
King
Power Equipment
Trenching Machines
$68.02
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Truck Crane Oiler/driver
$68.55
7A
3K
8X View
Operators- Underground
- 100 Tons And Over
Sewer Et Water
King
Power Equipment
Truck Crane Oiler/Driver
$68.02
7A
3K
8X View
Operators- Underground
Under 100 Tons
Sewer Et Water
King
Power Equipment
Truck Mount Portable
$68.55
7A
3K
8X View
Operators- Underground
Conveyor
Sewer Et Water
about:blank
19/23
7/17/2020
about:blank
King
Power Equipment
Welder
$69.16
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Equipment
Wheel Tractors, Farman
$65.05
7A
3K
8X View
Operators- Underground
Type
Sewer Et Water
King
Power Equipment
Yo Yo Pay Dozer
$68.55
7A
3K
8X View
Operators- Underground
Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$53.10
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Spray Person
$50.40
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$53.10
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$47.48
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$36.10
5A
4A
View
Trimmers
Groundperson
King
Refrigeration Et Air
Journey Level
$84.01
6Z
1G
View
Conditioning 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
Applicators
King
Residential Drywall Tapers
Journey Level
$47.04
5P
1 E
View
King
Residential Electricians
Journey Level
$36.01
1
View
King
Residential Glaziers
Journey Level
$45.90
7L
1 H
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
Residentia€ Painters
Journey Level
$27.80
1
View
King
Residential Plumbers Et
Journey Level
$39.43
1
View
Pipefitters
King
Residential Refrigeration Et
Journey Level
$54.12
5A
1G
View
Air Conditioning Mechanics
King
Residential Sheet Metal
Journey Level (Field or
$51.89
7F
1 R
View
Workers
Shop)
King
Residential Soft Floor
Journey Level
$51.07
5A
3J
View
Layers
King
Residential Sprinkler Fitters
Journey Level
$50.89
5C
211
View
.(Fire Protection).
King
Residential Stone Masons
Journey Level
$58.82
5A
1M
View
King
Residential Terrazzo
Journey Level
$54.06
5A
1M
View
about:blank
20/23
7/17/2020
aboutblank
Workers
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
$55.02
5A
3H
View
King
Roofers
Using Irritable Bituminous
$58.02
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or
$85.88
7F
1 E
View
Shop)
King
Shipbuilding Et Ship Repair
New Construction
$36.36
7V
1
View
Boilermaker
King
Shipbuilding Et Ship Repair
New Construction
$36.36
7V
1
View
Carpenter
King
Shipbuilding Et Ship Repair
New Construction Crane
$36.36
7V
1
View
Operator
King
Shipbuilding Et ShipRepair
New Construction
$36.36
7V
1
View
Electrician
King
Shipbuilding >* Shi__R. epair
New Construction Heat Et
$76.61
5.1
4H
View
Frost Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$36.36
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
$36.36
7V
1
View
Machinist
King
Shipbuilding Et Ship Repair
New Construction
$36.36
7V
1
View
Operating Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$36.36
7V
1
View
King
Shipbuilding tt Ship Repair
New Construction
$36.36
7V
1
View
Pipefitter
King
Shipbuilding 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 it Ship Repair
New Construction
$36.36
7V
1
View
Shipfitter
King
Shipbuilding Et Ship Repair
New Construction
$36.36
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder
$36.36
7V
1
View
/ Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$44.95
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Crane
$45.06
7Y
4K
View
Operator
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$46.22
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
aboutblank
21123
7/17/2020
abouttlank
Engineer
King
Shipbuilding Et Ship Repair
Ship Repair Painter
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger
$46.15
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$46.15
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$44.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
a
4K
View
Teamster
King
Sign Makers & Installers
Journey Level
$49.44
0
1
View
.(Electrical)
King
Sign Makers £t Installers
Journey Level
$31.96
0
1
View
,(Non -Electrical).
King
Soft Floor 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
$82.39
5C
1X
View
Protection),
King
Stage Rigging Mechanics
Journey Level
$13.50
1
View
.(Non Structural),
King
Stone Masons
Journey Level
$58.82
5A
1M
View
King
Street And Parking Lot
Journey Level
$19.09
1
View
Sweeper Workers
King
Surveyors
Assistant Construction
$68.02
7A
3K
8X View
Site Surveyor
King
Surveyors
Chainman
$65.05
7A
3K
8X View
King
Surveyors
Construction Site
$69.16
7A
3K
8X View
Surveyor
King
Telecommunication
Journey Level
$53.57
7E
1E
View
Technicians
King
Telephone Line
Cable Splicer
$41.81
5A
2B
View
Construction - Outside
King
Telephone Line
Hole Digger/Ground
$23.53
5A
2B
View
Construction - Outside
Person
King
Telephone Line
Installer (Repairer)
$40.09
5A
2B
View
Construction - Outside
King
Telephone Line
Special Aparatus Installer
$41.81
5A
2B
View
Construction - Outside
King
Telephone Line
Special Apparatus
$40.99
5A
2B
View
Construction - Outside
Installer II
King
Telephone Line
Telephone Equipment
$41.81
5A
2B
View
Construction - Outside
Operator (Heavy)
King
Telephone Line
Telephone Equipment
$38.92
5A
2B
View
Construction - Outside
Operator (Light)
King
Telephone Line
Telephone Lineperson
$38.92
5A
2B
View
Construction - Outside
King
Telephone Line
Television Groundperson
$22.32
5A
2B
View
Construction - Outside
about:blank
22/23
7/17/2020
about:blank
King
Telephone Line
Television
$29.60
5A
2B
View
Construction - Outside
Lineperson/Installer
King
Telephone Line
Television System
$35.20
5A
2B
View
Construction - Outside
Technician
King
Telephone Line
Television Technician
$31.67
5A
2B
View
Construction - Outside
King
Telephone Line
Tree Trimmer
$38.92
5A
2B
View
Construction - Outside
King
Terrazzo Workers
Journey Level
$54.06
5A
1M
View
King
Tile Setters
Journey Level
$54.06
5A
1M
View
King
Tile, Marble Ft Terrazzo
Finisher
$44.89
5A
1B
View
Finishers
King
Traffic Control Stripers
Journey Level
$47.68
7A
1 K
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 £t Trailer
$61.59
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$61.59
5D
4Y
8L
View
King
Truck Drivers -Ready Mix
Transit Mix
$61.59
5D
4Y
8L
View
King
Well Drillers It Irrigation
Irrigation Pump Installer
$17.71
1
View
Pump Installers
King
Well Drillers 6t Irrigation
Oiler
$13.50
1
View
Pump Installers
King
Well Drillers Et Irrigation
Well Driller
$18.00
1
View
Pump Installers
23/23
about:blank
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
************************************************************************************************************
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.
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 workai 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.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
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 3/4/2020 thru 9/1/2020
Overtime. Codes Continued
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 holiday,,' (eticept 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 (lay) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
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 �.ui regular ilnnrs M onday through Friday and the first eight (8) hours on Saf U[.&IV
shall be paid atone and one-half unties the how'iy rme ofwage. All other hours worked Monday through Sa r.rrday_
and all hours worked on Sundays and holidays shall be paid ,:1 double the hourly rate of wage. On a four-day, ten-
hour weekly schedule, either Monday thru Thursday or Tucsday thru Fridav 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.
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.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes Continued
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
All hours worked 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 (I-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 3/4/2020 thru 9/1/2020
Overtime Cordes 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.
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.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
(Overtime Codes Continued
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM)
every day shall be paid at double the hourly rate of wage.
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 fust two (2) hours of overtime for hours worked Monday -Friday shall be paid at one and one-half times the hourly
rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All
hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which
is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the
hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which
was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage.
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
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 %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 3/4/2020 thru 9/1/2020
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.
I I o I i dav Cowles
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).
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).
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Odes Continued
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.
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 3/4/2020 thru 9/1/2020
Holiday Codes Con(inued
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.
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.
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 3/4/2020 thru 9/1/2020
Hoiidav Codes Continued
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 3/4/2020 thru 9/1/2020
lloliday Codes 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
construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or
where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of
Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $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 3/4/2020 thru 9/1/2020
Note Codes Continued
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 3/4/2020 thru 9/1/2020
Note Codes Continued
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 1997 — $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, bridges, 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
Technical Memorandum
TO: Kent Smith, PE, and Theresa Thurlow, PE, City of Federal Way Public Works
FROM: Benjamin Ford, PE
DATE: Ap ri 130, 2020
RE: Slope Stability Assessment
Southwest 296th Street and 14th Avenue Southwest
Federal Way, Washington
Project No. 0238086.040.041
Introduction
This technical memorandum summarizes the results of a slope stability assessment performed by
Landau Associates, Inc. (LAI) near Southwest 296th Street and 14th Avenue Southwest in Federal Way,
Washington (site; Figure 1).
This memorandum has been prepared with information provided by representatives of the City of
Federal Way (City; project owner) and with data collected during LAI's field exploration and laboratory
testing programs. Geotechnical services were provided in accordance with the scope outlined in
Contract No. AG 18-058, Task Order No. 005, dated January 21, 2020.
Project Understanding
In fall 2009, a slope below Southwest 296th Street exhibited instability that resulted in damage to the
roadway. Repairs included infilling the displaced roadway and rolled curb as well as stormwater
conveyance pipes located down slope of the site. Additional roadway damage was caused by slope
movement that occurred between December 2019 and February 2020.
Based on LAI's site observations and a review of existing geotechnical data, recent slope movement
can be attributed to a reactivation of the 2009 slope failure. Recent slope instability has resulted in
damage to Southwest 296th Street, City -owned stormwater conveyance pipes, a Puget Sound Energy
underground service line, and Lakehaven Water and Sewer District (Lakehaven) water service laterals.
The water service laterals experienced multiple breaks during LAI's 2020 study. Affected underground
power, stormwater pipes, and laterals are located within the slide area.
To provide long-term roadway stability and driveway access to Parcel No. 062104-9044, the City
proposes to move the roadway alignment away from the slope. Realignment of Southwest 296th
Street will require cutting into the existing slope, southeast of the road.
Site Conditions
The following sections describe the geologic setting of the site and the surface and subsurface
conditions observed in the field explorations. Interpretations of the site conditions are based on LAI's
LANDAU
ASSOCIATES 955 Malin Lane SW, Suite B Tumwater, Washington 98501 (360) 791-3178
Landau Associates
review of available geologic information and on the results of the site reconnaissance, subsurface
explorations, and geotechnical laboratory testing.
Geologic Setting
Geologic information for the site and the surrounding area was obtained from the Lidar-Revised
Geologic Map of the Poverty Bay 7.5' Quadrangle, King and Pierce Counties, Washington (Tabor et al.
2014). The map indicates that the site is located at the contact between Pleistocene age, coarse-
grained glacial drift deposits (Qpoc); fine-grained glacial drift deposits (Qpof); and old landslide
deposits (Qols; Holocene and Pleistocene age colluvium). The geologic unit Qpoc typically consists of
consolidated sand and gravel; Qpof consists of predominantly silt and clay soil types. The Qols unit is
interpreted to include Qpoc and Qpof soils that have moved down slope en masse. Down slope
movement is thought to be gravitational.
The soils observed in LAI's field explorations were consistent with the mapped geology. Embankment
fill also was observed in the explorations.
Surface Conditions
LAI observed site conditions between January 2, and March 13, 2020. The site is located in a
residential neighborhood at the terminus of Southwest 296th Street. It sits above a coastal bluff that
descends to Puget Sound. Site features include Southwest 296th Street, the driveway to Parcel No.
062104-9044, and slopes above and below the roadway. A bench is located approximately 140 feet
(ft) down slope and northwest of the roadway. The vertical relief between the bench and roadway is
approximately 50 ft, with an average inclination of 30 to 35 percent. The slope above the roadway has
a 25 to 35 percent incline, and extends off site to the southeast. Signs of instability/movement were
not observed in the slope above the road. The slope below the road shows signs of recent and
historical instability, including hummocky ground. Recent sliding appears to be occurring along the
slide plane observed in LAI's 2009 study.
Instability within roadway fill and landslide deposits has caused displacement in the upper portion of
the slope, below the road. The head scarp of the slide extends into the roadway approximately 4 ft
(matching previous repair marks on the roadway), and has a vertical relief of approximately 3.5 ft
(measured from the roadway to the top of the slump). The scarp is approximately 75 to 100 ft wide,
and extends off site, onto private property (Parcel No. 062104-9044). LAI observed
displacement/tension cracking approximately 35 to 40 ft down slope of the road; this area is
interpreted to be the toe of the recent slope movement. Vertical relief from the roadway to the toe is
approximately 15 ft.
Stormwater is captured in two catch basins installed within the roadway, and conveyed down slope
via an 8 -inch -diameter high-density polyethylene (HDPE) pipe. A segment of conveyance pipe located
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 2 April 30, 2020
Landau Associates
approximately 35 to 40 ft below the roadway has buckled as a result of recent slope movement.
Lakehaven's water main and service laterals are situated within the slide mass.
During LAI's initial site visit on January 2, 2020, significant groundwater seepage was observed below
the roadway; the seepage subsided after Lakehaven's damaged water service lateral was repaired.
Minor groundwater seeps are also present above the road. LAI understands that the site has been
used as a dumping ground for residential yard waste.
Existing site features and topography are shown on Figure 2.
Subsurface Conditions
Site subsurface conditions were explored on March 2, 2020 by advancing one hollow -stem auger
boring (B-1) 31.5 ft below ground surface (bgs). On March 13, 2020, a hand -auger boring (HA -1) was
advanced 5.1 ft bgs. A 1.5 -inch -diameter open -standpipe piezometer was installed in boring B-1 to
monitor site groundwater levels. Details regarding piezometer construction are shown on Figure 4.
The explorations were advanced at the approximate locations shown on Figure 2.
Field explorations were coordinated and monitored by LAI personnel, who also maintained a detailed
log of the subsurface soil and groundwater conditions observed. Each representative soil type was
described using the soil classification system shown on Figure 3, in general accordance with ASTM
International (ASTM) standard test method D2488, Standard Practice for Description and
Identification of Soils (Visual -Manual Procedures). Summary logs of the subsurface soil and
groundwater conditions are presented on Figures 4 and 5.
A 1.5 -inch inside -diameter, standard penetration test split -spoon sampler was used to collect
disturbed soil samples from boring B-1. Samples were collected at regular intervals. A 140 -pound
automatic hammer, falling a distance of approximately 30 inches, was used to drive the sampler 18
inches (or a portion thereof) into the undisturbed soil. Disturbed soil samples were collected from
boring HA -1 at intervals selected by LAI personnel. Samples were transported to LAI's soils laboratory
for further examination and testing.
Natural moisture content and Atterberg limits determinations were performed on select samples to
facilitate soil classification. Natural moisture content is shown as W = xx (i.e., percentage of dry
weight) in the "Test Data" column on Figures 4 and 5. Samples selected for Atterberg limits
determinations are designated with an "AL." The results of the Atterberg limits determinations are
presented on Figure 6.
Soil Conditions
Soils observed underlying existing surface conditions (i.e., asphalt) can be categorized into three
general units:
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 3 April 30, 2020
Landau Associates
Fill: Fill was observed in boring B-1, and consisted of gravelly, fine to coarse sand with silt in a
medium dense, moist condition. The fill extended from ground surface to approximately 2.5 ft
bgs.
• Colluvium: Colluvium was observed in boring HA -1, and consisted of gravelly, fine to coarse
sand with silt or silt with sand and organics in a loose/soft, wet condition. The colluvium
extended from ground surface to approximately 4 ft bgs.
• Glacial drift: Glacial drift was observed underlying the fill in boring B-1 and the colluvium in
boring HA -1. This unit typically consisted of silt with varying gravel, sand, and organic content.
The glacial drift was observed to be in a soft to hard, moist to wet condition. Both borings
terminated in this unit.
Groundwater Conditions
During LAI's March 2020 field explorations, groundwater was observed at 3.0 ft bgs in boring B-1, and
at 2.7 ft bgs in boring HA -1. A pressure transducer installed in the boring B-1 piezometer was used to
monitor site groundwater levels for 10 days. A maximum groundwater level of 2.7 ft bgs was recorded
during the monitoring period.
Groundwater levels will vary with local subsurface conditions, weather conditions, and other factors.
Furthermore, groundwater levels are expected to fluctuate seasonally, with maximum levels occurring
during late winter and early spring.
Conclusions
LAI used the software program SLIDE Version 8 (RocScience 2018) to assess the stability of various
roadway realignment alternatives. Model parameters were based on the soil conditions encountered
in LAI's March 2020 explorations and on topographic survey information provided by the City. LAI's
slope stability models included a minimum factor of safety against landsliding of 1.2. Based on the
results of LAI's engineering analyses, shifting the roadway and grading back slopes to allow access to
Parcel No. 062104-9044 are feasible repair options, provided the recommendations presented herein
are incorporated into the project design.
When preparing geotechnical recommendations, LAI assumed that the recent slide mass (currently
acting as a buttress) could creep down slope, reducing roadway support. LAI's recommendations are
not intended to remedy historical slope instability below the roadway or at adjacent Parcel No.
062104-9044.
Recommendations
LAI recommends the following repairs to reestablish the roadway and private driveway, and to
minimize the risk of future slope instability:
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 4 April 30, 2020
Landau Associates
Lakehaven waterlines: LAI recommends that Lakehaven relocates its water service lines
(water main and laterals). If the service main within the existing slide mass breaks, additional
slope movement could occur, putting down slope properties at risk.
Roadway shift: Recommendations for roadway repair are shown on Figure 2 and described
below. LAI recommends a 2 horizontal to 1 vertical (2H:1V) slope is established below the
roadway. To allow a factor of safety of 1.2, the slope should extend to a catch point at the top
of the existing slide mass. Assuming a 15 ft road width is provided for driveway access, a 7 -ft
shift of the roadway will be required. LAI's review of a topographic survey indicates that a
maximum grade separation, upslope of the road, will be about 6 ft. Table 1 provides four
feasible options for encroachment into the slope above the road (private property).
Table 1. Upslope Repair Options
Option
Design Considerationsl8►
Establish a 2H:1V slope above the roadway. This option will encroach onto private property
1.2H:iV Slope
(Parcel No. 062104-9003) to a greater extent than the other options. Requires only revegetation
for erosion control.
Establish a 1.5H:1V, armored slope above the roadway. Reduces encroachment onto private
2.1.SH•1V Slope
property, but requires quarry spall slope protection. LAI recommends placing a geotextile and a
minimum 2 -ft -thick layer of quarry spalls across the cut slope to minimize near -surface
erosion/transportation of fines.
3. Rockery Wall
Construct a rockery wall, no more than 6 ft tall. Further reduces encroachment onto private
property; construction costs less than a gravity wall.
4. Gravity Wall
Construct a gravity wall (gabion basket or block wall), no more than 6 ft tall. Least
encroachment onto private property; construction is more costly than a rockery wall.
(a) LAI will provide additional recommendations to support the selected design alternative (i.e., geotechnical parameters
for retaining wall design).
ft = foot/feet
H = horizontal
V = vertical
Stormwater conveyance: Reconstruction of existing drainage structures will be required to
accommodate the roadway realignment. Surface runoff should not be directed toward the
slope. A rolled curb should be used to direct stormwater to a catch basin, before it is
conveyed down slope through an on -grade HDPE conveyance pipe. LAI recommends installing
a new conveyance pipe or repairing the existing pipe, where buckling/damage has occurred.
New or repaired conveyance pipes should run perpendicular to slope contours to limit drag
from near -surface slope creep.
To provide lateral support of the HDPE pipe, LAI recommends installing one pipe anchor
assembly toward the middle of the slope and one at the end of the slope. The ground anchor
assembly should include two small -diameter pipe piles with a slip coupling. The pipe anchor
should allow the HDPE pipe to expand/contract during thermal cycling events. Vertical
support should be provided by passive resistance from a manhole/catch basin structure or
from an anchor block at the top of the slope. Frictional resistance should be provided by
buried portions of the pipe (Diagram 1).
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 5 April 30, 2020
Landau Associates
._ _a;ing Band
Diagram 1. Pipe Anchor Schematic
LAI can provide passive resistance values for the ground anchor during final design. Resistance values
are variable, and will depend on the distance between the anchor and slope face. Pipe piles should be
driven to practical refusal, as determined by the installer's specifications. Piles should be driven no
less than 5 ft bgs.
Retaining Wall Design
The parameters in Table 2 can be used to design gravity walls. When preparing the parameters, LAI
assumed that the gravity walls would be no more than 6 ft tall, and that seismic design would be
excluded.
Table 2. Summary of Retaining Wall Design Parameters
Allowable soil bearing pressure = 2,500 psf
Allowable coefficient of sliding resistance (factored) = 0.35
Passive resistance (factored) = 300 pcf
Active earth pressure (walls free to yield) = 40 pcflai
(a) The active earth pressure accounts for the effects of sloping ground. LAI should revise the design parameters if slopes
greater than 3 horizontal to 1 vertical are present above the wall.
pcf = pounds per cubic foot
psf = pounds per square foot
The allowable soil bearing pressure applies to long-term dead and live loads, exclusive of the weight
of the footing and any overlying backfill. The allowable soil bearing pressure can be increased by one-
third for total loads, including transient loads, such as those induced by wind and seismic forces. An
allowable coefficient of sliding resistance of 0.35, applied to vertical dead loads only, can be used to
calculate the frictional resistance acting on the base of footings. This coefficient includes a factor of
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 6 April 30, 2020
Landau Associates
safety of 1.5 on the calculated ultimate value. The foundation passive earth pressure has been
reduced by a factor of 1.5 to limit deflections to less than 2 percent of the embedded depth. The
passive earth pressure and friction components can be combined, provided the passive component
does not exceed two-thirds of the total; the upper foot of soil should be excluded from the
calculation.
When preparing design parameters, LAI assumed that backfill within the structural excavation zone
would consist of Gravel Borrow conforming to the requirements in Section 9-03.14(1) of the
Washington State Department of Transportation's 2020 Standard Specifications for Road, Bridge, and
Municipal Construction (2020 WSDOT Standard Specifications). LAI also assumed that the Gravel
Borrow would be compacted to at least 95 percent of its maximum dry density.
Wall drainage systems should be installed to collect water and prevent buildup of hydrostatic
pressure. A zone of free -draining backfill, at least 18 inches wide, should be added against the back of
the walls. Free -draining backfill should meet the requirements for Gravel Backfill for Walls in Section
9-03.12(2) of the 2020 WSDOT Standard Specifications. The free -draining backfill zone should extend
from the base of the wall to within 1 ft of the top of wall. Weep holes should be provided to prevent
hydrostatic buildup.
The lateral earth pressures provided above do not account for traffic surcharges or hydrostatic
pressure. If drainage is not provided, the project design should be amended to account for hydrostatic
pressure.
Use of This Technical Memorandum
Landau Associates, Inc. (LAI) has prepared this technical memorandum for the exclusive use of the
City of Federal Way for specific application to the Southwest 296th Street and 14th Avenue Southwest
Slope Stability Assessment in Federal Way, Washington. No other party is entitled to rely on the
information, conclusions, and recommendations included in this document without the express
written consent of LAI. Reuse of the information, conclusions, and recommendations provided herein
for extensions of the project or for any other project, without review and authorization by LAI, shall
be at the user's sole risk. LAI warrants that, within the limitations of scope, schedule, and budget, its
services have been provided in a manner consistent with that level of skill and care ordinarily
exercised by members of the profession currently practicing in the same locality under similar
conditions as this project. LAI makes no other warranty, either express or implied.
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 7 April 30, 2020
Landau Associates
Closing
We trust that the information contained herein is sufficient to proceed with the project. If you have
questions or comments, please call the undersigned at (360) 791-3178.
LANDAU ASSOCIATES, INC.
57'� )- =w°
Benjamin Ford, PE
Associate
.4
Sia�A��� � x01 to -.o
BJ F/CAM /m cs
[\\OLYMPIA1\PROJECTS\0238\086 040\R\REVISED\296rH STAND 14TH AVE SLOPE STABILITY EVALUATION TECHNICAL MEMORANDUM 4.30 2020 DOCX]
Attachment: Figure 1. Vicinity Map
Figure 2. Site Map and Photos
Figure 3. Soil Classification System and Key
Figures 4 and 5. Logs of Borings B-1 and HA -1
Figure 6. Plasticity Chart
References
RocScience Inc. 2018. Slide Version 8.0 — 2D Limit Equilibrium Slope Stability Analysis. Toronto,
Ontario, Canada. www.rocscience.com.
Tabor, R.W., D.B. Booth, and K.G. Troost. 2014. Lidar-Revised Geologic Map of the Poverty Bay 7.5'
Quadrangle, King and Pierce Counties, Washington. U.S. Geological Survey.
WSDOT. 2019. Standard Specifications for Road, Bridge, and Municipal Construction. 2020 Edition.
Publication No. M 41-10. Washington State Department of Transportation. September 1.
Slope Stability Assessment
296th Street and 14th Avenue Slope Stability Assessment 8 April 30, 2020
1A
lu
a
CX
X
.n
Redonda
q� or
Q
ear 'a0
orb° w
4eb w
Project Location
SW 296Th St
Dumas Bay
4b SU9'
t m
4°
r
OA
`1
'IaO
N
SW 320Th St m
U S 320Th St
iqr<? ti
RV
Project
Lavation � ��
Spokane 0 0.5 1 1 "i e
w } >=ederai Way
Miles
Data Source: Esri 2012
II 296th Street and 14th Avenue Figure
LANDAU Slope Stability Assessment Vicinity Map 'I
ASSOCIATES I Federal Way, Washington 1
\ r'
V
N oai N
L Y - un J LID -0
/
��
�—
ro
ai
C
i u O CJ – - N �~• E tCp O
CL cl = ra
hD
xo
wo
al O u DO 'Q'6
ro •O p � i � O N I� � O �
O 7
Q aJ ra ro
` a EE
v ai y x .x
.5 .7 N .. J o \ 0 p
ai
aj d Q
�J aJ L C I y0., �_ L .. Q Q
C C 3.) \ J O Q Q
1 :'
00
p o Q u v v a Q\'x v
ul —— o 2 v E �1. \ Q 02 oD `� -
OQ Qin m *' `\\ 4 ` ,���^,.,..� \ Q \ \ J m =
z I - ni m ° \ �r O f
J ` �OD
•to
'
m�C p
x a� a w E m
> .0 ON \
I +°*r o O
to �•. LD
II `•� Z
Wu
N �-
CL
0 \ CL \
O �.
` •S
m
u
Lr) '
v
_ o
r�co
UD
v
N i
C.CL
�
a' z
CL
N �
v �
0
N
C,
N
4
Y
ai
O
V)
v
LL
v
C
N O O
E tw
ai
Owl H N
N L
cv —_ �
C
a"'-
—
4J N (O
Q Q
O �
N LL
ci
AO
MAJOR
DMSIONS
GRAVEL AND
GRAVELLY SOIL
(More than 50% of
coarse fraction retained
on No. 4 sieve)
SAND AND
SANDY SOIL
Soil Classification System
USCS
GRAPHIC LETTER TYPICAL
SYMBOL SYMBOL(" DESCRIPTIONS 12113)
CLEAN GRAVEL C30 GW
Well -graded gravel; gravel/sand mixture(s); little or no fines
(Little or no fines)
0 0 o r GP
Poorly graded gravel; gravel/sand mixture(s); little or no fines
GRAVEL WITH FINES.
GM
Silty gravel; gravel/sand/sift mixture(s)
(Appreciable amount of
Moisture Content, %
SC
fines)
J GC
- 1
Clayey gravel; gravel/sand/day mixture(s)
CLEAN SAND
SW
Well -graded sand; gravelly sand; little or no fines
(Little or no fines)
$P
Poorly graded sand; gravelly sand; little or no fines
(More than 50%ct 1 SAND WITH FINESI
It_r
SM
Silty sand; sand/sikmixture(s)
coarse fraction passed (Appreciable amount of�i}fes
Torvane, tsf
PID = 100
Photoionization Detector VOC screening, ppm
through No. 4 sieve) fines)
Moisture Content, %
SC
Clayey sand; sand/day mixture(s)
SILT AND CLAY
Material smaller than No 200 sieve, %
ML
Inorganic silt aery fine sand mck flour; silty or Clayey fine
sane or clayeys,lt witl slight pkindly
AL
Atterberg Limits - See separate figure for data
CL
Iroi ganic clay , Icy; :c medium plasticity; gravelly clay; sandy
day. (Bar)
(Liquid limit less than 50)
/._
OL
silty'lay, c 3y
Organic sift; organic, silty day of low plasticity
Inorganic silt; micaceous or diatomaceous fine sand
SILT AND CLAYA�CH
Inorganic day of high plasticity; fat day
(Liquid limit greater than 50)
s
OH
Organic day of medium to high plasticity; organic sift
HIGHLY ORGANIC SOIL
4 r
PT
Peat; humus; swamp soil with high organic content
GRAPHIC LETTER
OTHER MATERIALS SYMBOL_ SYMBOL TYPICAL DESCRIPTIONS
PAVEMENT® AC1 1. or PC; Asphalt concrete pavement or Portland cement pavement
ROCK RK Rock (See Rock Classification)
WOOD WD Wood, lumber, wood chips
DEBRIS �O/O/'O� DB I Construction debris, garbage
Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols
(e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., MUCL) indicate borderline or multiple soil
classifications.
2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual -Manual
Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test
Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487.
3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined
as follows:
Primary Constituent: > 50%- "GRAVEL," "SAND," "SILT; "'CLAY," etc.
Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc.
> 15% and < 30% - "gravelly," "sandy," "silty," etc.
Additional Constituents: > 5% and < 15%-'Wth gravel,"'with sand,"'Wth sift," etc.
< 5%- "with trace gravel," "with trace sand," "with trace sift," etc., or not noted.
4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating
conditions, field tests, and laboratory tests, as appropriate.
Code
a
b
c
d
e
f
9
h
1
2
3
4
5
Drilling and Sampling Key
SAMPLER TYPE SAMPLE NUMBER & INTERVAL
Description
3.25 -inch O.D., 2.42 -inch I.D. Split Spoon
2.00 -inch O.D., 1.50 -inch I.D. Split Spoon — S:m µr_ Ic- -:i,. ;i::::t or- Number
Shelby Tube 1
Grab Sample t Reco,:erN uzc,r-i I areal
Single -Tube Core Barrel
Double -Tube Core Barrel I '� Sar''I`I'_ P. cr oval
r _
2.50 -inch O.D., 2.00 -inch I.D. WSDOT _ :.:,,, .:; ;r 7 iii= rr::a-ned
3.00 -inch O.D., 2.375 -inch I.D. Mod. California for Archive or Analysis
Other - See text if applicable
300 -lb Hammer, 30 -inch Drop
Field and Lab Test Data
Code
Description
PP = 1.0
Pocket Penetrometer, tsf
TV = 0.5
Torvane, tsf
PID = 100
Photoionization Detector VOC screening, ppm
W=10
Moisture Content, %
D = 120
Dry Density, pct
-200 = 60
Material smaller than No 200 sieve, %
GS
Grain Size - See separate figure for data
AL
Atterberg Limits - See separate figure for data
GT
Other Gectechnical Testing
CA
ChemicalAr%iihnds
140 -Ib Hammer, 30 -inch Drop Groundwater
Pushed
Mbrocore (Rctosonic/Geoprobe) Approximate water level at time of drilling (ATD)
7thei See tee, I' apf)ac3Uo 1 Approximate water level at time after drillinglexcavation/well
296th Street and 14th Avenue Figure
LANDAU Slope Stability Assessment Soil Classification System and Key
ASSOCIATES Federal Way, Washington
SAMPLE DATA
`m
a W
�CL
c Z m ~ O
o Z 8 LL to
M n a) CL m
CL >E c E 30 n
O(1)
to °6 fn a0 H
0
- 125
S-1 b2 2 W =47
-5
S-2 b2 7 WAL36
120
S-3 b2 25 W=33
10
S- b2 37 W=32
I
—115
r
S-5 b2 25 WAL33
_ 15 L
S-6 b2 43 W = 29
110
S-7 b2 38 W=29
20
S-8� b2 51 W = 31
AL
105
S-9 b2 5"
6"
25
S-10 b2 56
100
S-11 b2 53
- 30
S-12 ■ I b2.
2 .51
Boring Completed 03/02/20
Total Depth of Boring = 31.5 ft.
B-1
LAI Project No: 0238086.040
SOIL PROFILE` Moisture Content (%)
J past°
Limit
20 40 60 80
o DrillingMethod: Hollow -Stem Auger a o
W A SPT N -Value A
T 127.5 E Ground Elevation (ft): _
0 a N°rvsta°dwd N -Val e o
J) a - - J 20 40 60 80
E ra Drilled By: Holocene Drilling Inc. W X Fines Content (%) X
CL U Logged By: CAL Date: 03/02/20 20 40 60 80
ISP- ru_hes or asphalt SM (ASPHALT)
ray.brow i gra =elly, fine :a coarse SAND Q <r
ML Ni'[: sill Gra jrT&w
dm din .e most?.
(FILL)
Gray SILT with trace sand and organics
(soft, wet)
(GLACIAL DRIFT)
- Grades to medium stiffer F•
- Mottling observed F
- Grades to moist and without organics Ll
- Grades to light brown and very stiff r_� •
I_
-Grades to hard and mottled
- Grades to very stiff
- Grades to hard
• A
Grades to gray -brown
4H: A
- Grades to with gravel
1.5 -inch sand lens observed at 23.3 ft
Grades to with sand
Grades to gray and without gravel
Grades to without mottling
V
Grades to with and gravel -
35
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols.
296th Street and 14th Avenue
14 LANDAU Slope Stability Assessment Log of Boring B-1
ASSOCIATES Federal Way, Washington
50/1
6" 1
Figure
4
0
0
a
U)
LU
J
HA -1
SAMPLE DATA SOIL PROFILE
a n E a Excavation Method: Hand Auger
r E
z ' E Ground Elevation (ft): 124.5
r m a m a o r u Excavated By: Holocene Drilling Inc.
CL
o w in oa in C7 Logged BY CAL
Sp- Gray -brown, gravelly, fine to coarse SAND
SM with silt (loose, wet)
(COLLUVIUM)
124 S-1 d
ML Light brown SILT with sand and organics (soft,
wet)
- Mottling observed
S2 d
-122
H4
zKol
S-3 d
S-4 d
Test Pit Completed 03/13/20
Total Depth of Test Pit = 5.1 ft.
it 6
- Grades to gray and without organics
- Grades to with organics
ML Gray SILT with sand (medium stiff, wet)
(GLACIAL DRIFT)
- Hand auger terminated at 5.1 ft due to
refusal on gravel
GROUNDWATER
Q ATD groundwater seepage
encountered at 2.7 ft.
Notes: 1. Stratigraphic contacts are based on field interpretations and are approbmate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols.
296th Street and 14th Avenue
iALANDAU Slope Stability Assessment Log of Boring HA -1
ASSOCIATES Federal Way, Washington
Figure
5
60
50
40
a
X
(D
a
30
�U
.y
f6
CL
20
10
0
0
10 20 30 40 50 60 70 80 90 100 110
Llquld Llmlt (LL)
CL
I
CH
i
�a
Exploration Sample
i
Plastic Plasticity
Natural
Symbol
Number
Number Depth
Limit
Limit Index
Moisture Soil Description
(ft)
(%)
(%) (%)
(%)
•
B-1
S-2 5.0
37 -
31 1 6
38 SILT
X
B-1
S-5 12.5
35
33 2
x141 or OL
m
MH or
H
S-8 20.0
38
32 6
CL -ML
I
10 20 30 40 50 60 70 80 90 100 110
Llquld Llmlt (LL)
ASTM D 4318 Test Method
LANDAU
14 ASSOCIATES
296th Street and 14th Avenue
Slope Stability Assessment
Federal Way, Washington
Plasticity Chart
Unified Soil
Classification
ML
ML
ML
Figure
6
ATTERBERG LIMIT TEST RESULTS
Exploration Sample
Liquid
Plastic Plasticity
Natural
Symbol
Number
Number Depth
Limit
Limit Index
Moisture Soil Description
(ft)
(%)
(%) (%)
(%)
•
B-1
S-2 5.0
37 -
31 1 6
38 SILT
X
B-1
S-5 12.5
35
33 2
33 SILT
A
B-1
S-8 20.0
38
32 6
31 1 SILT w
ASTM D 4318 Test Method
LANDAU
14 ASSOCIATES
296th Street and 14th Avenue
Slope Stability Assessment
Federal Way, Washington
Plasticity Chart
Unified Soil
Classification
ML
ML
ML
Figure
6
8/7/2020 Corporations and Charities System
BUSINESS INFORMATION
Business Name:
R. W. SCOTT CONSTRUCTION CO.
UBI Number:
600 298 242
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
4005 W VALLEY HWY N, AUBURN, WA, 98001-2442, UNITED STATES
Principal Office Mailing Address:
4005 W VALLEY HWY N, AUBURN, WA, 98001-2442, UNITED STATES
Expiration Date:
07/31/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/27/1978
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
JEFFERY SCOTT
Street Address:
4005 W VALLEY HWY N, AUBURN, WA, 98001-2442, UNITED STATES
Mailing Address:
4005 W VALLEY HWY N, AUBURN, WA, 98001-2442, UNITED STATES
GOVERNORS
Title
GOVERNOR
GOVERNOR
GOVERNOR
Governors Type
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
Entity Name
First Name
RONALD
JEFFERY
DEBRA
Last Name
SCOTT
SCOTT
SCOTT
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1