Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 20-568 - ASSORTED ENDEAVORS RETURN TO: PW ADMIN EXT: 2700 ID#: 3848
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING EPT/DIV: PUBLIC WORKSmf ital Projects
12. ORIGINATING STAFF PERSON:John Cole EXT: 2718 IT 3. DATE REQ.RV: 1/1/2021
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
ORDINANCE ❑ RESOLUTION
El CONTRACT AMENDMENT(AG#):20-588 ❑ INTERLOCAL
OTHER
a. PROJECT IAm,;:_Annual Pipe Rehabilitation Phase www3ww 020
s. NAME OF CON°I`RACFOR.Assorted Endeavors LLC - DBA- Pacific Siteworks
ADDRESS:4022 Campbell Fed Clinton WA 98238 �TWF.I.I,P11ON ,:. -270-84 7
E-MAIL: Seth@PacificSitework.com .._........... FAX:
SIGNATURE :AMIr: Seth Smith TITLE:Governor
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES 0 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# E / „-/_
7. TERM: COMMENCEMENT DAT : 9/15/2020 COMPLETION DATE: Upon Accepted Corn letion
S. TOTAL COMPENSATION:$ , -- , (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': ❑YES 13 NO IF YES,$ _,,,,,,,_....... .. PAID BY: ❑CONTRACTOR ❑CITY
RETAMAGE: RETAWAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR A RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 304-3100-288-594-31-650
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED _ INITIAL/DATE APPROVED
PROJECT MANAGER JC/12-14-20
DIVISION MANAGER SH 12/22/20
DEPUTY DIRECTOR DSw 121202020
DIRECTOR _,
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT ER 12/28/2020
10. COUNCIL APPROVAL IF APPLICABLE SCHEDULED COMMITTEE DATE; _ COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNAT ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 01/05/21 DATE REC,D:01/28/21
❑ 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.)
INIT.IAL./DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY(MAYOR OR
❑ CITY CLERK 2j
t I) _
❑ ASSIGNED AG# AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" "ORIGINALS
Change Order 02 for deleting Schedule from pmjecl.
i. . .............
1/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER
288 AG 20-568 02 12/8/2020
PROJECT NUMBER AGREEMENT NUMBER CHANGE OR
DER NUMBER EFFECTIVE DATE
ANNUAL PIPE REHABILITATION PHASE 3(2020) ASSORTED ENDEAVORS,LLC.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. CANCELATION OF SCHEDULE C
In accordance with WSDOT Standard Specification Section 1-04, the City is deleting Schedule C from the Storm
Pipe Repair Phase 3(2020).
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
LINE ITEM QUANTITY ADJUSTMENTS:
All line item quantities associated with Schedule C with the exception of"Construction Signs Class A"will be deleted with
this Change Order.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 12I
PREVIOUS CHANGE ORDERS $, 0.00
THIS CHANGE ORDER $- 1" S0 .00
NEW CONTRACT AMOUNT $ 104,881.00
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the
understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the
standard specifications, the contract plans, and the special provisions governing the types of construction. The execution
of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of,or
relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically
described in this Change Order.
CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT
PROJECT#520 I RFB#20-001
,._
..
p
CONTRACTORS SIGNATURE p'ATE
PuR WORKS DIRECTOR � DA
TE
CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT
PROJECT#5201 RFB#20-001
,iness%rP07MY&and Charities Filing System
BUSINESS INFORMATION
Business Name:
ASSORTED ENDEAVORS LLC
UBI Number:
603 391 202
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
PO BOX 257,OLYMPIA,WA,98507-0257,UNITED STATES
Principal Office Mailing Address:
PO BOX 257,OLYMPIA,WA,98507-0257,UNITED STATES
Expiration Date:
04/30/2021
Jurisdiction:
UNITED STATES,WASHINGTON
Formation/Registration Date:
04/02/2014
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
SETH SMITH
Street Address:
4022 CAMPBELL RD, CLINTON,WA,98236-8402, UNITED STATES
Mailing Address:
PO BOX 1163,CLINTON,WA,98236-1163, UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL SETH SMITH
GOVERNOR ENTITY ASSORTED ENDEAVORS LLC SETH SMITH
Back
....___ .....�
Filing History Name History Print Return to Business Search
RETURN TO: PW ADMIN EXT: 2700 ID#: 3804
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/Div: PUBLIC WORKS/CAPITAL PROJECTS
2. ORIGINATING STAFF PERSON:JOHN COLE EXT: 2718 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT 2 0-56 8 ❑ INTERLOCAL
* OTHER CONTRACT CHANGE ORDER
4. PROJECT NAMF.ANNUAL PIPE REHABILITATION PHASE 3 (2020)
s. NAME of CONTRACTOR:Assorted Endeavors LLC
ADDRESS: TELEPHONE:425 270 8497
E-MAIL:-Seth Smith <seth@pacificsitework.com> FAX:
SIGNATURE NAME: Seth Smith TITLE:PROJECT MANAGER
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL.EXP.12/31/ UBI# EXP.
7. TERM: COMMENCEMENT DATE:9/23/2020 COMPLETION DATE: 11/4/2020
8. TOTAL COMPENSATION:$120.486 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: d YES la NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
8 PROJECT MANAGER JC 9/23/20
6 DIVISION MANAGER SH 9/23/20
6 DEPUTY DIRECTOR DSW 9/24/20
8 DIRECTOR ----
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT ER 9/26/2020
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: Ns COMMITTEE APPROVAL DATE: Na
SCHEDULED COUNCIL DATE: Ne COUNCIL APPROVAL DATE: Ne
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
❑ SIGNATORY(MAYOR OR DIRECTOR I Z 7�aJ
❑ CITY CLERK t
❑ ASSIGNED AG# AG# r
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" "ORIGINALS
PLEASE SEE ATTACHED CHANGE ORDER AND ASSOCIATED PREVAILING WAGE RATES FOR REVIEW PRIOR TO SENDING TO CONTRACTOR.
1/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER
288 AG 20-568 01
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
ANNUAL PIPE REHABILITATION PHASE 3(2020) ASSORTED ENDEAVORS,INC.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. IMPROVED PREVAILING WAGE PAGES
Due to poor quality version of the Prevailing Wage pages of the Contract, an improved duplicate has been
provided. Please see attached.
The time provided for completion in the Contract is
F Unchanged
E 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
LINE ITEM QUANTITY ADJUSTMENTS:
No line item quantitiy adjustments made with this Change Order.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 120.186.00
PREVIOUS CHANGE ORDERS $ 0.00
THIS CHANGE ORDER $ 0.00
NEW CONTRACT AMOUNT $ 120,486.00
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the
understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the
standard specifications, the contract plans, and the special provisions governing the types of construction. The execution
of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of,or
relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically
described in this Change Order.
CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT
PROJECT#520/RFB#20-001
J
CONTRACTOR'S SIGNATURE DAt,
PUBLIC 05jd OECTOR DATE
CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT
PROJECT#520/RFB#20-001
1 ', J 6%i n al Cm A i c ur'3 S i�h G4-u re. Uy-\ 46 -Q)1 o t j l'p o p R 3
CONTRA R'S 5 ATURE DATE
PUBLIC WORKS DIRECTOR DATE
CITY OF FEDERAL WAY 2020 ASPHALT OVERLAY PROJECT
PROJECT#520/RFB#20-001
Page 1 of 21
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 6/24/20
County Trade Job Classification Wa a�HolidayOvertime Note*Risk
Class
King Asbestos Abatement Journey Level $50.86 5D 1H View
Workers
King Boilermakers Journey Level $69.29 5N 1C View
King Brick Mason Journey Level $58.82 5A 1M View
King Brick Mason Pointer-Caulker-Cleaner $58.82 5A iM View
King Building Service Employees Janitor $25.58 5S 2F View
King Building Service Employees Traveling $26.03 5S 2F View
Waxer/Shampooer
King Building Service Employees Window Cleaner (Non- $29.33 5S 2F View
Scaffold)
King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View
King Cabinet Makers (In Shooi Journey Level $22.74 1 View
King Carpenters Acoustical Worker $62.44 7A 4C View
King Carpenters Carpenter $62.44 7A 4C View
King Carpenters Carpenters on Stationary $62.57 7A 4C View
Tools
KingCarpenters Creosoted Material $62.54 7A 4C View
KingCarpenters Floor Finisher $62.44 7A 4C View
King Carpenters Floor Layer $62.44 7A 4C View
King Carpenters Scaffold Erector $62.44 7A 4C View
King Cement Masons Application of all $62.97 7A 4U View
Composition Mastic
King Cement Masons Application of all Epoxy $62.47 7A 41J View
Material
King Cement Masons Application of all Plastic $62.97 7A 41J View
Material _
King Cement Masons Application of Sealing $62.47 7A 41J View
Compound
King Cement Masons Application of $62.97 7A 41J View
Underlayment
King Cement Masons Building General $62.47 7A 4U View
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 2 of 21
King Cernent 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, self- $62.97 7A 4U View
powered
King Cement Masons Grouting of all Plates $62.47 7A 4U View
King Cement Masons Grouting of all Tilt-up $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 A 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 Machine $62.97 7A 4U View
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 D_�ers Et Tenders Dive Supervisor/Master $79.23 7A 4C View
King D Diver $116.20 7A 4C 8V view
King Divei ers Diver On Standby $74.23 7A 4C View
King Divei Fs Tenders Diver Tender $67.31 7A 4C View
King Divers Et Tenders Manifold Operator $67.311 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 (Deckhand) $56.001 5D 3F View
King Dredge Workers Boatmen $56.441 5D 3F View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 3 of 21
King DredgeeWWorkers 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 Drywah Applicator Journey Level $62.44 5D 1H View
King Drywall Tapers Journey Level $62.81 5P -LE View
King Electrical Fixture Journey Level $31.99 5L 1 E View
Maintenance Workers
King Electricians - Inside Cable Splicer $87.22 7C 4E View
King Electricians - Inside Cable Splicer (tunnel) $93.741 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 - Powerline 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
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 Et Frost Insulators And Journeyman $76.61 5.1 4H View
Asbestos Workers
King Heating Equipment Journey Level $85.88 7F JE View
Mechanics
King Journey Level $52.44 7A 4V 8Y View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 4 of 21
Hod Carriers Fi Masor
Tenders
s
King Industrial Powe 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
Kine Inland Boatmen Deckhand Engineer $58.81 5B 1K View
King Inland Boatmen Launch Operator $58.89 5B 1K View
King Inland Boatmen Mate $57.31 5B IK View
King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 View
Of Sewer EL Water Systems Operator
BV Remote Control
King Inspection/Cleamng/Seating Grout Truck Operator $13.50 1 View
Of Sewer Et Water Systems
By Remote Control
King Inspection/Cleani_ng/5ealinHead Operator $24.91 1 View
Of Sewer EL Water Systems
BV Remote Control
King lnspectioii'Cleaning/Sealing Technician $19.33 1 View
Of Sewer & Water Systems
By Remote Control
King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 View
Of Sewer Ft 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
King Laborers Brush Cutter $50.86 7A 4V 8Y View
King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View
King Laborers Burner $50.86 7A 4V 8Y View
King Laborers _Caisson Worker $52.44 7A 4V 8Y View
King Laborers Carpenter Tender �a $50.861 7A I 4V I 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 $50.861 7A 4V 8Y View
Shack
King Laborers Chipping Gun (30 Lbs. And $51.80 7A 4V 8Y View
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
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 5 of 21
King ILaborers Clean-up Laborer $50.861 7A II 4V 8Y View
King Laborers Concrete Dumper/Chute $51.80 7A + 4V 8Y View
Operator
King LaDur ers Concrete Form Stripper $50.86 7A T 4V 8Y View
King Laborers Concrete Placement Crew $51.80 7A 4V 8Y I 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 $50.861 7A 4V 8Y View
King Laborers Dump Person $50.86 7A 4V 8Y View
King Laborers Epoxy Technician $50.86 7A 4V 8Y View
King Laborers Erosion Control Worker $50.86 7A 4V 8Y View
King Laborers Faller Et Bucker Chain Saw $51.80 7A 4V 8Y View
King Laborers Fine Graders $50.86 7A 4V 8Y View
King Laborers Firewatch $43.11 7A 4V 8Y View
King Laborers Form Setter $50.86 7A 4V 8Y View
King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View
King Laborers General Laborer $50.861 7A 4V 8Y View
King Laborers Grade Checker Et Transit $52.44 7A 4V 8Y View
Person I
King Laborers Grinders $50.861 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 $52.441 7A 4V 8Y View
(Level A)
King Laborers (Hazardous Waste Worker $51.80 7A 4V 8Y I 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
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 6 of 21
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 L."� C, Re-timberman $52.44 7A 4V 8Y View
King Laborers Remote Equipment $51.80 7A 4V 8Y View
Operator
King Laborers Rigger/Signal Person $51.80 7A 4V 8Y In
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 $43.111 7A 4V 8Y View
Chair
King Laborers Tamper Et Similar Electric, $51.80 7A 4V 8Y View
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 Et Cribber)
King Laborers Toolroom Person (at $50.86 7A 4V 8Y View
Jobsite)
King Laborers Topper $50.86 7A 4V 8Y View
King Laborers Track Laborer $50.86 7A 4V 8Y View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 7 of 21
King Laborers ITrack Liner (Power) $51.80 7A 4V 8YView
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 1$137.14 7A 4V 9B View
Air Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed $142.24 7A 4V 9B View
Air Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed $144.14 7A 4V 9B View
Air Worker 68.01-70.00 psi
King Laborers Tunnel Work-Compressed $146.14 7A 4V 9B View
Air Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed $148.14 7A 4V 9B View
Air Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and $52.54 7A 4V 8Y View
Lock Tender
King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View
King Laborers Vibrator $51.80 7A 4V 8Y View
King Laborers Vinyl Seamer $50.86 7A 4V 8Y View
King Laborers Watchman $39.18 7A 4V 8Y View
King Laborers Welder $51.80 7A 4V 8Y View
King Laborers Well Point Laborer $51.80 7A 4V 8Y View
King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View
King Laborers - Underground General Laborer Et $50.86 7A 4V 8Y View
Sewer Et Water Topman
King Laborers - Underground Pipe Layer $51.80 7A 4V 8Y View
Sewer Et Water
King Landscape Construction Landscape $39.18 7A 4V 8Y View
Construction/Landscaping
Or Planting Laborers
King Landscape Construction Landscape Operator $68.02 7A 3K 8X View
King Landscape Maintenance Groundskeeper $17.871 1 View
King Lathers Journey Level $62.441 5D 1H View
King Marble Setters Journey Level $58.82 5A 1M View
King Metal Fabrication (In Shoff Fitter $15.86 1 View
King Metal Fabrication (In Shop) Laborer $13.50 1 View
King Metal Fabricatian (Ifs Shop) Machine Operator $13.50 1 View
King Metal Fabrication (In Shop) Painter $13.50 1 View
King Metal Fabricatian iln Shops 'Welder $15.48 1. View
f i
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 8 of 21
King Millwright Journey Level $63.94 7A 4C View
King Modular Buildings Cabinet Assembly $13.50 1 View
King Modular Buildings Electrician $13.50 1 View
King Modular Buildings Equipment Maintenance $13.50 1 View
King Modular Buildings Plumber $13.50 1 View
King Modular Buildings Production Worker $13.50 1 View
King Modular Buildings Tool Maintenance $13.50 1 View
King Modular Buildings Utility Person $13.50 1 View
King Modular Buildings Welder $13.50 1 View
King Painters Journey Level $43.401 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 lHyperbaric 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 Pite 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 1R View
King Playground Et Park Journey Level $13.50 1 View
ECtuipment Instalters
King Plumbers Et Pipefitters Journey Level $89.19 6Z 1G View
King Power E ui meat 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 Bobcat $65.05 7A 3K 8X View
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 9 of 21
King Power Equipment Operarors Brokk- Remote $65.05 7A 3K 8X View
Demolition Equipment
King Power Equipment Operators Brooms $65.05 7A 3K 8X View
King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View
King Power Equipment 0n'r_.ror Cableways $69.16 7A 3K 8X View
King Power Equipment Operators Chipper $68.55 7A 3K 8X View
King Power Equipment Operators Compressor $65.05 7A 3K 8X View
King Power Eguipment 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 Operato Cranes: A-frame - 10 Tons $65.05 7A 3K 8X View
And ..............
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 Equip-lent Operators Crusher $68.55 7A 3K 8X View
King Power Equipment Operators Deck Engineer/Deck $68.55 7A 3K 8X View
Winches (power)
King 2ower Equipment Open-ators Derricks, On Building Work $69.16' 7A 3K 8X View
King �'ow,_r 2iiPm nt Otaerators Dozers D-9 Et Under $68.02 7A 3K 8X View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 10 of 21
King Power Equipment Ont-ratflr,• Drill Oilers: Auger Type, $68.02 7A 3K 8X View
Truck Or Crane Mount
King Power Equipment Operate Drilling Machine $69.851 7A 3K 8X View
King Power Equipment Open sElevator And Man-lift: $65.05 7A 3K 8X View
Permanent And Shaft Type,
i
King _Power Equipment Operators Finishing Machine, Bidwell $68.55 7A 3K 8X View
And Gamaco Et Similar
Equipment
King Power Equipment Open-r._r; 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 0 erator s Grade Engineer: Using $68.55 7A 3K 8X View
Blue Prints, Cut Sheets,
Etc
King Power Equjpment 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 Operawi Hard Tail End Dump $68.55 7A 3K 8X View
Articulating Off-road
Equipment Under 45 Yarns
King Power Equipment Operators Horizontal/Directional $68.02 7A 3K 8X View
Drill Locator
King Power Equipment O erators 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 Eauipment Operat Loader, Overhead 8 Yards. $69.85 7A 3K 8X View
Et Over T
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 Eguipment Operatoi Loaders, Plant Feed $68.55 7A 3K 8X View
King Povi er 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)
King Power Equipment Operators Motor Patrol Graders $69.161_ 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
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 11 of 21
King Power Equipment Ope'-- Oil Distributors, Blower $65.05 7A 3K 8X View
Distribution Et Mulch
Seeding Operator
King Power Equipment Operate Outside Hoists (Elevators $68.02 7A 3K 8X View
And Manlifts), Air Tuggers,
Strato
King r :rrvr t u.ur icr _ _= Overhead, Bridge Type $68.55 7A 3K 8X View
Crane: 20 Tons Through
44 Tons
King Power Equipment Operaw._= Overhead, Bridge Type: $69.85 7A 3K 8X View
100 Tons And Over
King Power Equipment Operate, _ Overhead, Bridge Type: 45 $69.16 7A 3K 8X View
Tons Through 99 Tons
King F Pavement Breaker 1 $65.051 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 Equipmenr- cpzr i l�Tr - Power Plant $65.05 7A 3K 8X View
King Power Equipment Operators Pumps - Water j $65.05 7A 3K 8X View
King Power Equipment Opera.o!_ Quad 9, Hd 41, D10 AndI $69.16 7A 3K 8X View
Over
King Power Equipment Operato Quick Tower- No Cab, $65.05 7A 3K 8X View
Under 100 Feet In Height j
Based To Boom
King Power Equipment Operate!---. Remote Control Operator $69.16 7A 3K 8X View
On Rubber Tired Earth
Moving Equipment
King er Equipment Ope , Rigger and Bellman $65.05 7A 3K 8X View
King Power Equipment C;__ Rigger/Signal Person, $68.02 7A 3K 8X View
Bellman (Certified)
King Power Equipment Operators Rollagon $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 Operator Roto-mill, Roto-grinder $68.55 7A 3K 8X View
King Power Equipment Operato (Saws - Concrete $68.02 7A 3K 8X View
King Power Equipment Operato Scraper, Self Propelled $68.55 7A 3K 8X View
Under 45 Yards
King Power Equipment Opera o, . Scrapers- Concrete Et $68.02 7A 3K 8X View
Carry All
King Power Equipment Ope!,,-_'- Scrapers, Self-propelled: $69.16 7A 3K 8X View
45 Yards And Over
King ever Equipment 0m i,af:__..__; Service Engineers - $68.02 7A 3K 8X View
Equipment
King Power Equrpme -_ ._i; : _ Shotcrete/Gunite $65.05 7A 3K 8X View
Equipment
King aver Equipment Oper $68.02 7A 3K 8X View
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 12 of 21
Shovel, Excavator,
Backhoe, Tractors Under
15 Metric Tons
King Dower 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 Euuipment Operators Shovel, Excavator, $70.57 7A 3K 8X View
Backhoes: Over 90 Metric
.Tons
King Power Equipment Operator a Slipform Pavers $69.16 7A 3K 8X View
King Power Equipment O erators 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 0 erators Tower Bucket Elevators $68.02 7A 3K 8X View
King Power Equipment Operators Tower Crane Up To 175' In $69.85 7A 3K 8X View
Height Base To Boom
King Power Equipment 0 erators 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'in $71.26 7A 3K 8X View
height from base to boom
King Power Equipment Operators Transporters, All Track Or $69.161 7A 3K 8X View
Truck Type
King Power Equipment 0 erators 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
P
King Power Equipment O erators Truck Mount Portable $68.55 7A 3K 8X View
Conveyor
King Power Equipment Operators Welder $69.16 7A 3K 8X View
King Power Equipment Operators Wheel Tractors, Farman $65.05 7A 3K 8X View
Type
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
..._........
..v__....
.....
King Power Equipment Batch Plant Operator, $68.55 7A 3K 8X View
Operators- Underground Concrete
Sewer Et Water
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 13 of 21
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- Undergi ound 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 CConcrete 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
King Power Equipment Cranes friction: 200 tons $71.26 7A 3K 8X View
Operators- 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 Attachments
Sewer Et Water
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
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 14 of 21
King Power Equipment Cranes: 45 Tons Through $69.16r 7A 3K 8X View
Operators- UnderQrounc, 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- Underparound And Under
Sewer Et Water
King Power Equipment Cranes: Friction cranes $70.57 7A 3K 8X View
Operators- Undergi-ound through 199 tons
Sewer Et Water
King Power Equipment Cranes: through 19 tons $68.02 7A 3K 8X View
Operators- Underground with attachments,
Sewer Et Water A-frame over 10 tons
King Power Equipment Crusher $68.55 7A 3K 8X View
Operators- Undergroun.!
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 Work $69.16 7A 3K 8X View
Operators-,,Underground
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- UndergLr,
Sewer Et Water
King Power Equipment Elevator And Man-lift: $65.05 7A 3K 8X View
Operators-_Underprau _ Permanent And Shaft Type
Sewer Et Water
King Power Equipment Finishing Machine, Bidwell $68.55 7A 3K 8X View
Operators- Underground And Gamaco Et Similar
Sewer Et Water Equipment
King Power Equipment Forklift: 3000 Lbs And $68.02 7A 3K 8X View
Operators- Underground Over With Attachments
Sewer Et 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
Opel-alwrs- Undei�jjw"J *>
Sewer Et Water
King $69.16 7A 3K 8X View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 15 of 21
Power Equipment Hard Tail End Dump
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 Et Water
King Power Equipment Horizontal/Directional $68.55 7A 3K 8X View
Operators- Undemr_ - Drill Operator
Sewer Et Water
King Power Equipment Hydralifts/Boom Trucks $68.02 7A 3K 8X View
Operators- Underground Over 10 Tons
Sewer Et Water
King Power Equipment Hydralifts/Boom Trucks, $65.05 7A 3K 8X View
Operators- Unjergraund 10 Tons And Under
Sewer Et Water
King Power Equipment Loader, Overhead 8 Yards. $69.85 7A 3K8X View
Operators- Under,: Et Over i — —
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 — — —
Sewer Et Water
King Power Equipment Loaders: Elevating Type 1 $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 $68.02 7A 3K 8X View
_f
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 16 of 21
Power Equipment Outside Hoists (Elevators
Operators- Underground And Manlifts), Air Tuggers,
Sewer Et Water IStrato
King Power Equipment Overhead, Bridge Type $68.55 7A 3K 8X View
Operators- Unde_rgrounc' 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: 45 $69.16 7A 3K 8X View
Operators- Underground 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- Undergraurld 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
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 Et Water _
King Power Equipment Rollagon $69.16 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Roller, Other Than Plant $65.05 7A 3K 8X View
Operators- Underground Mix
Sewer Et Water
King Roller, Plant Mix Or Multi- $68.02 7A 3K 8X View
lift Materials
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 17 of 21
Power Equipment
Operators- Underground
Sewer- & 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
Operators- 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
Operators- 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/Gunite $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
Sewer Et Water 15 Metric Tons
King Power Equipment Shovel, Excavator, $69.16 7A 3K 8X View
Operators- Underground Backhoe: Over 30 Metric
Sewer Et Water Tons To 50 Metric Tons
King Power Equipment Shovel, Excavator, $68.55 7A 3K 8X View
Operators- Underground Backhoes, Tractors: 15 To
Sewer Et 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 mm Tons
King Power Equipment Slipform Pavers $69.16 7A 3K 8X View
Operators- Underground
Sewer Et Water
King Power Equipment Spreader, Topsider Et I $69.16 7A 3K 8X View
Operators-_Underground Screedman
Sewer Et 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
0peratDr,- Underground
Sewer Et Water _
King Tower Crane Up To 175' In $69.857A 3K 8X View
Height Base To Boom
I
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 18 of 21
Power Equipment
operators- UnderRi ound
Sewer Et Water
King Power Equipment Tower Crane: over 175' ' $70.57 7A 3K 8X View
Operators- Underground through 250' in height,
Sewer Et Water base to boom
King Power Equipment Tower Cranes: over 250'in $71.26 7A 3K 8X View
Operators- Underground height from base to boom
Sewer Et WaterT
King Power Equipment Transporters, All Track Or $69.16 7A 3K 8X View
Operators- Underground Truck Type
Sewer Et 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
King Power Equipment Welder $69.16 7A 3K 8X View
Operators- Undergqun — — —
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 lJourney 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 4CV, iew
Applicators
King Residential Dnywall Tapers Journey Level $47.04 5P 1 EView
King Residential Electricians Journey Level $36.01 1 View
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 19 of 21
King Residential Glaziers liourney Level $45-901 7L I 1H I I View
King Residential Insulation Journey Level $29.87' 1 View
Applicators
King Residential Laborers Journey Level $26.18 1 View
King Residential Marble Sett— Journey Level $27.38 1 View
King Residential Painters Journey Level $27.80 1 View
King Residential Plumbers Et Journey Level $39.43 1 View
Pipefitters
King Residential Refngera�ion ,1 Journey Level $54.12! 5A 1G View
Air Condition in Mechanics
King Residential Sheet Metal Journey Level (Field or $51.89 7F F-1R View
Workers Shop)
King Residential Soft Floor Journey Level $51.07 5A 3.1 View
Lavers
King Residential Sprinkler Fitters Journey Level $50.89 5C 211 View
(Fire Protec[ion)
King Residential Stone Masons Journey Level $58.82 5A 1M View
King Residential Terrazzo 1Journey Level $54.06 5A 1M View
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 1E 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 Ship Reoai New Construction $36.36 7V 1 View
Electrician
King Shipbulldinp Et„Ship Repair 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 it 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 Ei 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 Et Ship Repair New Construction $36.36 7V 1 View
Shipfitter
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 20 of 21
King Shipbuilding& Ship Repair New Construction $36.36 7V 1 View
Warehouse/Teamster
King Shipbuilding Et New Construction $36.36 7V 1 View
Welder / 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 4J 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 EZ Ship Repair Ship Repair Heat Et Frost $76.61 5J 4H View
Insulator
King Shipbuilding Et Ship Repair Ship Repair Laborer $46.15 7X 4JView
King Shipbuilding EtShip Repair Ship Repair Machinist $46.15 7X 4J View
King Shipbuilding Et Ship Repair Ship Repair Operating $45.06 7Y 4K View
Engineer
King Shipbuilding Et Ship Repair Ship Repair Painter $46.15 7X 4J View
King Shipbuilding Er Slip Repair Ship Repair Pipefitter $46.15' 7X 4.1 View
King Shipbuilding Et Ship Repau- Ship Repair Rigger $46.15 7X 4J View
King Shipbuilding Ec Ship Repair Ship Repair Sheet Metal $46.151 7X 4.1 View
King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J View
King Shipbuilding & Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View
Teamster
King Sign Makers Et Installers Journey Level $49.44 0 1 View
(Electrical)
King Sinn Makers Et Installers Journey Level $31.96 0 1 View
(Non-Electrical)
King Soft Floor Lavers Journey Level $51.07' 5A 3J View
King Solar Controls For Windows Journey Level $13.501 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 Site $68.02 7A 3K 8X View
Surveyor _
King Surveyors Chainman $65.05 7A 3K 8X View
King Surveyors Construction Site Surveyor $69.16 7A j 3K 8X View
King Telecommunication Journey Level $53.57 7E JE 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 1 $41.81 5A 2B View
Construction - Outside
https://secure.Ini.wa.gov/wagelookup/ 9/17/2020
Page 21 of 21
King Telephone Line Special Apparatus Installer $40.99 5A 2B View
Construction - Outside ll
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
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 Et Terrazzo Finisher $44.89 5A 1B View
Finishers
King Traffic Control Stripers Journey Level 1 $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 Et Trailer $61.59 5D 4Y 8L View
King Truck Drivers Other Trucks $61.591 5D 4Y 8L View
King Truck Drivers Deady Mix Transit Mix $61.59 5D 4Y 8L View
King Well Drillers Et Irrigation Irrigation Pump Installer $17.71 1 View
Pump Installers
King Well Drillers Et Irrigation Oiler $13.50 1 View
Pump Installers
King Well Drillers Et Irrigation Well Driller $18.00 1 View
Pump Installer's
https:Hsecure.Ini.wa.gov/wagelookup/ 9/17/2020
RETURN TO: PW ADMIN
EXT: 2700 ID #: 3776
WAY LAW DEPARTNiLIvT ROUTING FO
RM
CITY OF FEDERAL_ -
CAPITAL PROJECTS – – -- ---
EXT: 271$ 3. DATE REQ. BY
j, Di�IGIIVA'fING DEP'I/DIV: Pt_,s31
JpHN COLE
ltiC. STAFFPERSC]N __�
3. TYPE O ' DOCt RFB RFP, RFQ) CONTRACT
a coti f P.,��`Lc alt '( il[)w })[)LUMF'NT(E'G`' ❑ SMALL OR LIMITED PUBLIC WORKS
® PL Isl_f� 11't -?R h� C � IN I-st-vC'R ❑ MAINTENANCE AGREEMENT
p PR(If L-SSIONAI. S}_ Izvkcr AGR>,MEIVT
13 HUMAN SERVICES / CDBG
13 C f )[ ) L)S NN D Sl: -K V IC f r1GREEWNT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS
❑ RE,` I p. 1,�1 C, DOCUMENT ❑ RESOLUTION
❑ ORDINANCE ❑ INTERLOCAL
❑ CONTRACT AMENDMENT (AG#):�
❑ OTHER
aECT NAGE: ANNUAL PIPE REHABILITAT{p{ti1 PHASE 3 M20 — �-$497
4. PRo �� —
ASSORTED ENDEAWORS� _ �f_R=PI-IONE.425 2
g, NAME OF CONTRACTOR,. F A\ •__—
ADDRESS: 4022_ CAMI 'te 1 ---Jr Tl -IL -f, GoveCriOr
E-MAIL: S�thPactflCSlteWOf, Com ----- ALLOTHER
SIGNATURE NAME: Seth Smith
CCI�IPI-.'�5,� l SI ati ❑ kNtiliA.`1NCt' REOUIIZS:.�11 � 1 �'�-}'•iZl'l! KATE ❑
(, EXHIBITSANDATTACHMENTS: ❑TS
SCOPE, WORK OR SERVICES ❑ L•bk ��-�3O� FXP.
❑ PROOFOFAUTHORITYTOSIGN 11 RI:[1LI1&S.:k)s ftl.`,4f-S ❑ PfZfC)1`L.4'\ll�-'' rlhi4IEIID1VIkN
REFERENCED EXHIBITS EXP 12/31/_
CFW LICENSE# --------- COMPLETION DATE:
7, TERM: COMMENCEMENT DA f 1- _ — — ---- (INCLUDE EXPENSES AND SALES TAX, IF ANY)
S. TOT: R t Obi;' . S\ I i sc r\ w) 12486
LAB DOLLAR AMOUNT: $ BY: ❑CONTRACTOR ❑ CITY
s I7 I=t' i Si i.: RLl' LABOR CHARGE - ATTACH SDULES OF EMPIAYEf S TITLES AND HOLIDAY
RATES
III i::�LC;'f.:1k 13 NO IF YES, MAXIMUM
RI.f Niti1 i4iS:'1 iSk.L. l:•ti}'L �IyE: 13 YES ❑ NO IF YES, $ T SEE CONTRACT) OR =RETAINAGE BOND PROVIDED
IS S,.\I.LS TAt U\k'l
❑ YES , RETAINAGE AGREEMENT
RL•TALNAGE. RIS IAINAGE AMOUNT'
304-3100-288-594-31-650 INLTIAL / DATE APPRf]VEI7
p PURCHASING: PLEASE CHARGE TO: INITIAL/ 17ATti REVIEWED
9. DOCUMENT I CONTRACT REVIEW JC V 20SLH 7115@020
8 PROJECT MANAGER
❑ DIVISION MANAGER DSW 7115/202o
d DEPUTY DIRECTOR — f�
❑ DIRECTOR
❑ RISI` MANAGEMENT (IF APPLICABLE) ER 71201— —_ J�—
COMMITTEE APPROVAL DATE: �--�
❑ LAW DEPT
IF APPLICABLE) SCHEDULED COMMITTEE ATE: _ _ _ _ _ -- --
10. COUNCIL APPROVAL ( 71211P0 COUNCIL APPROVAL DATE:
SCHEDULED COUNCIL DATE: --
DATE REC' D:
11. CDi+tTR'�I� SI( NA l -L RI ROUTING
DATI ti4 til': Jam— — —
,Lti 1 } [7 G k.ix ]iZ {'U>!'I R �C1'f`7R
;� �•1L?1l Ii k ADVANCE IF COUNCIL APPROV AL IS NEEDED.)
AI];'1L}f yft�'��TI IZl �l }}}f3tiZll4. i�til.1.:1
Ivt'f I.'I 1. 6 I1 1+. ;1l I I..iCLN51 N I.\i11}il '�
IFIL l i N11�f}1.1t:Nf)f fl lt,tillt'� f [+l 1 it{?SIIf11l';tl,�[,frf`l f'tif'il•`111i7 I]AT
1 If NECLs' ApA AN11 r3 � NS n
❑ FINANCE DEPARTMENT
AW DEPT
SIGNATORY (MAYOR OR DIRECTOR) _ —
vary CLERK A[ Y
❑ ASSIGNED AG # DATE SENT:
❑ SIGNED COPY RETURNED
COMMENTS: J ORIGLNALS �' ��`5�� _ --
f+2020
Q FQ}
L PUBLIC WORKS CONTRACT AND SPECIFICATIONS
BID AND SMALL FOR
ANNUAL PIPE REHABILITATION PHASE 3 (2020)
PROJECT # 288
020-
Quotes Accepted Until -2 X00 -p.m y �`�' ` `
' Per Addendum #1
8:00 a.m. June 2:,t h 2020 ,
Prepared By:
John Cole
City of Federal Way
CAPITAL PROJECTS
en reviewed and approved by:
The cont plans tans and specifications for this Project have be
orks Director
Public Works Director /Deputy Public W
ANNUAL PIPE REHABILITATION PHASE
)
CITY OF FEDERAL WAY PROJECT #288
RFQ-i
CFW RF x VERSION 2020 -MAY
TABLE OF CONTENTS
PAGE
INSTRUCTIONS TO BIDDERS & CHECKLISTS.........................................................................I
.......
QUOTE..................................................................................................................................................................15
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION ........................................................................
SMALL PUBLIC WORKS CONTRACT •.................................................
24
SAMPLE CONTRACT CHANGE ORDER...........................................................................................................
CERTIFICATEOF INSURANCE..........................................................................................................................26
PERFORMANCE AND PAYMENT BOND...........................................................................................................27
CONTRACTOR'S RETAINAGE OPTION............................................................................................................29
RETAINAGE BOND TO CITY OF FEDERAL WAY................................................................
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
PREVAILING WAGES AND BENEFIT CODE KE ...........................................
..... . ...............
PROJECT PLANS.............................................................................................................
BOUND SEPARATELY
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02
RFQ-2 PROJECT #288
CFW RFQ VERSION 2020 -MAY
NOTICE TO CONTRACTORS
ANNUAL PIPE REHABILITATION PHASE 3 (2020)
o'f Federal Way extends this invitation to bid to selected contractors listed with the MRSC Small
The Cit
is a small ublic works ra'ect and will be awarded under the small works
Warks Roster. This ro ect
raster process.
PURPOSE: The City of Federal Way ("Cityn) is requesting quotes for the Annual Pipe Rehabilitation Phase 3
th
(2020). Quotes will be received via email only to P+.11! l= d ,c �it','u ieC! ` h� 3 ;a r7 until June 24, 2020 at 2:00
p.m. Quotes received after that time and date will not be considered.
This project shall consist of:
1. Perform work for services listed in Exhibit A, Schedules A, B, C, D, E and F of removing
and replacement of failed Storm Sewer Pipe.
2. Schedule A will be to remove damaged Storm Sewer Pipe and replace with new.
It will also involve roadway, curb, gutter, and sidewalk restoration.
3. Schedule B will be to remove damaged Storm Sewer Pipe and replace with new.
It will also involve roadway restoration.
4. Schedule C will be to remove damaged Storm Sewer Pipe and replace with new.
5. Schedule D will be to remove damaged Storm Sewer Pipe and replace with new.
6. Schedule E will be to remove damaged Storm Sewer Pipe and replace with new. It will also
involve roadway restoration.
7. Schedule F will be to remove damaged Storm Sewer Pipe and replace with new. It will also
involve roadway restoration.
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 30 working days -
BID DOCUMENTS: Plans, Specifications, and Addenda can be found at [EMAILED].
QUESTIONS: Any questions must be directed to John Cole, Capital Engineer by email at
r r ,om
OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the
ifications for Road.
Washington State2020 Department Specifications), which sf Transportation tandard incorrporatedcby this reference as though see. tforth n full -
And Municipal
ll
20 (
All quotes shall be in accordance with the Contract.
The City, in accordance with Title Vl of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2004d-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,
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-3 PROJECT #288
CFW RFQ VERSION 2020 -MAY
SMALL PUBLIC WORKS CONTRACT
THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of
2020 and is made by and between the City of Federal Way. a Washington municipal corporation ("City or
Owner"). and Assorted Endeavors LLC — DBA — Pacific SEtework, a General ("Contractor"), for the project known
as Annual Pipe Rehabilitation Phase 3 (2020) (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 8Y CONTRACTOR
Contractor shall perform all Work and furnish all tools: materials, supplies equipment, labor and other
items 11-icidental thereto necessary for the construction and completion of the Protect. Contractor shall perform
the `JVork 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
tice of Project Completion is filed with State agencies, and
formally accepted as complete by the City Council, No
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 Contractors 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 One Hundered Twenty Thousand Four Hundered Eighty Six and 00/100 Dollars ($
120.4 86.00), 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-17 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-4 PROJECT 9288
CFW RFQ VERSION 2020 -MAY
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,
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 John Cole, Capital
Engineer by email at _ 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-5 PROJECT #288
CFW RFQ VERSION 2020 -MAY
(8)
(9)
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.
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: ion: 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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-6 PROJECT #288
CFW RFQ VERSION 2020 -MAY
QUOTE
ANNUAL PIPE REHABILITATION PHASE 3 (2020)
QUOTE SUBMITTED VIA EMAIL TO:
PW_Bids@cityoffederalway.com
Subject Line:"Bid Submittal —Annual Pipe Rehabilitation Phase 3 (2020)"
QUOTE SUBMITTED BY:
Bidder: Assorted Endeavors LLC - DBA - Pacific Sitework
Full Legal Name of Firm
Contact: Seth Smith - Governor
Individual with Legal Authority to sign Bid and Contract
Address: 4022 Campbell RD
Street Address
Clinton WA 98236
City, State Zip
Phone: 425 270 8497
E -Mail: Seth@PacificSitework.com
Select One of the Following ❑ Corporation
❑ Partnership.
❑ Individual
X Other
State Contractor's License No.: Pacifs*833K6
State Contractor's License Expiration Date: 5 26 /2021
Month Day Year
State UBI No.: 603-391-202
State Worker's Comp. Account No. 293.812-00
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-7 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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.
SCHEDULE A -27620 25TH DR S (PIPE ID# 1845)
ITEM
ITEM DESCRIPTION APPROX
UNIT UNIT
TOTAL
NO.
QTY
PRICE
BID
1
1-09
Mobilization
1 LS
$3000
2
1-10
Project Temporary Traffic
1
LS I
Control
$2000
$2000
3
1-10
Construction Signs Class
1
LS
A
$1000
$1000
4
2-02
Sawcutting
62
LF
$8
$496
5
2-02
Remove Existing Storm
12
LF
Sewer Pipe
20
$240
6
2-03
Roadway Excavation Incl.
2
CY
Haul
$140
$280
7
2-09
Trench Safety System
1
LS
$400
$400
8
2-09
Structure Excavation
4
CY
Class B including Haul
$140
$560
9
4-04
Crushed Surfacing Top
6
CY
Course
$85
$510
10
5-04 HMA Cl. 1/2" PG 58H-22
3
TN
$350
$1050
11
7-04 Class 2 Reinf. Conc.
12
LF
Storm Sewer Pipe 12 In.
$225
$2700
Diam.
12
7-05
Connection to Drainage
4
EA
Structure
$850
$3400
13
8-01
Erosion Control and Water
1
LS
$300
Pollution Prevention
$300
14
8-02
Property Restoration
1
FA
$1,000
$1,000
15
8-04
Cement Conc. Rolled Curb
20
LF
and Gutter
$45
$900
16
8-14
Cement Conc. Sidewalk
7
SY
$145
$1015
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-8 PROJECT #288
CFW RFQ VERSION 2020 -MAY
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-9 PROJECT #288
CFW RFQ VERSION 2020 -MAY
SUBTOTAL SCHEDULE A
SCHEDULE B -28627 26TH AVE S (PIPE ID# 4242)
ITEM
ITEM DESCRIPTION
APPROX UNIT
UNIT
TOTAL
NO.
QTY
PRICE
BID
1
1-09
Mobilization
1 LS
$3000
$3000
2
1-10
Construction Signs Class
1 LS
$1000
$1000
A
3
1-10
Project Temporary Traffic
1
LS
$3000
$3000
Control
4
2-02
Sawcutting
88
LF
$8
$704
5
2-02
Remove Existing Storm
30 LF
$25
$750
Sewer Pipe
6
2-03
Roadway Excavation Incl.
4
Cy
$560
Haul
$140
7
2-09
Structure Excavation
44
Cy
$80
$3520
Class B including Haul
8
2-09
Trench Safety System
1
LS
$600
$600
9
4-04
Crushed Surfacing Top
66
CY
$85
$5610
Course
10
5-04
HMA Cl. 1/2" PG 58H-22
9
TN
$350
$3150
11
7-04
Storm Sewer Pipe - 12"
30 LF
Dia Class 2 Reinforced
$225
$6750
Concrete Storm Sewer
12 1
7-05
Connection to Drainage
8 EA
$850
$6800
Ll
Structure
8-01
Erosion Control and Water
1 1 LS
$500
$500
Pollution Prevention
14
8-02
Property Restoration
FA
$1,000
$1,000
�—�������_S�UBTOT�ALSC�HEDQLE
B
$36,944.00
SCHEDULE
C - REDONDO WAY S (PIPE ID# 24855)
EM ITEM DESCRIPTION Nf
APPROXUNIT
UNIT
TOTAL
BID
O.QTY
FN
PRICE
2
1-09
1-10
Mobilization
Construction Signs Class
q
2 LS
1 LS
$1500
$1000
$3000
$1000
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-9 PROJECT #288
CFW RFQ VERSION 2020 -MAY
3
4
5
6
7
s
9
10
11
1-10
Project Temporary Traffic
1
Control
2-02
Remove Existing Storm
8
Sewer Pipe
2-09
Structure Excavation
15
Class B including Haul
2-09
Trench Safety System
1
4-04
Crushed Surfacing Top
2
Course
7-04
High -Density Polyethylene
8
(HDPE) Pipe 36 In. Diam.
7-05
Connection to Drainage
2
Structure
8-01
Erosion Control and Water
1
Pollution Prevention
8-02
Property Restoration
1
LS $1000 $1000
LF
$125 $1000
CY
$85 $1275
LS $1000 $1000
CY
$125 $250
LF $385 $3080
EA $1500 $3000
LS $1000
$1000
FA $1,000 $1,000
SUBTOTAL SCHEDULE C.
$16,605.00
SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266)
ITEM ITEM DESCRIPTION APPROX UNIT UNIT TOTAL
NO. QTY PRICE BID
1 1-09 Mobilization 1 LS $3000 $3000
2 1-10 Construction Signs Class 1 LS $1000 $1000
A
3 70 Project Temporary Traffic 1 LS $500 $500
___[Control
4 2-02 Remove Existing Storm 40 LF $50 $2000
Sewer Pipe
5 2-09 Structure Excavation 41 CY $85 $3485
Class B including Haul
6 2-09 Trench Safety System 1 LS $1000 $1000
7 7-04 High -Density Polyethylene 32 LF 9600
(HDPE) Pipe 30 In. Diam. $300 $
8 7-05 Connection to Drainage 2 EA $1200 $2400
Structure
9 8-01 Erosion Control and Water 1 LS $1000 $1000
Pollution Prevention
10 8-02 Property Restoration 1 FA $1,000 $1,000
11 8-02 Sod Installation 27 SY f $30 $810
CITY OF FEDERAL WAY
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-10 PROJECT #288
CFW RFQ VERSION 2020 -MAY
I $25,795.00
SCHEDULE
E -20TH AVE S & S
282ND ST
(PIPE ID
#4751)
ITEM
ITEM DESCRIPTION
APPROX
UNIT
UNIT TOTAL
NO.
1
QTY
$2000
PRICE BID
1 1-09
Mobilization �
1
LS
$2000 $2000
2 1-10
Project Temporary Traffic
1
LS
$1500 $1500
1-10 Construction Signs Class
Control
LS $500
$500
3 1-10
Construction Signs Class
1
LS
$1000 $1000
A
4 2-02 "
Sawcutting
24
LF
$8 $192
5 2-02
Remove Existing Storm
4
LF
$45 $180
Sewer Pipe
6 2-03
Roadway Excavation Incl.
1
CY
$125 $125
Haul
7 2-09
Trench Safety System
1
LS
$500 $500
8 2-09
Structure Excavation
5
CY
$85 $425
Class B including Haul
9 4-04
Crushed Surfacing Top
5
CY
$100 $q9a
Course
10 5-04
HMA Cl. 112" PG 581-1-22
1
TN
$350 $350
11 7-04
Storm Sewer Pipe - 8- Dia
4
LF
Class 2 Reinforced
$175 $700
Concrete Storm Sewer
Pi e
12 7-05 Connection to Drainage 2 EA $300 $600
Structure
13 18-01 Erosion Control and Water 1 LS $300 $300
l Pollution Prevention
14 8-02 Property Restoration 1 FA $1,000 $1,000
SUBTOTAL SCHEDULE E
4&W-2'0,Ot.
ITEM
SCHEDULE F -29309 2ND AVE SW (PIPE ID #15585)
..
ITEM DESCRIPTION APPROX UNIT UNIT
TOTAL
NO.
QTY
PRICE
BID
1
1-09 Mobilization
1
LS $2000
$2000
2
1-10 Project Temporary Traffic
1
LS $2000
$2000
Control
3
1-10 Construction Signs Class
1
LS $500
$500
A
CITY OF FEDERAL WAY
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
Den -11 PROJECT 0288
CFW RFQ VERSION 2020 -MAY
51150 0
4
2-02
Sawcutting
48
LF
$8
$384
5
2-02
Remove Existing Storm
8
LF
$25
$200
16,605.00
SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266)
Sewer Pipe
251795.00
SCHEDULE E -20TH AVE S & S 282ND ST (PIPE ID
#4751
$��
6
2-03
Roadway Excavation Incl,
2
CY
$100
$200
Haul
7
2-09
Trench Safety System
1
LS
$500
$500
8
2-09
Structure Excavation
11
CY
$85
$935
Class B including Haul
9
4-04 1
Crushed Surfacing Top
11
CY
100
$1100
Course
10
5-04
HMA Cl. 1/2" PG 58H-22
4
TN
$350
$1400
11
7-04
Storm Sewer Pipe - 12"
8
LF
$125
$1000
Polyethylene Pipe
12
7-05
Connection to Drainage
4
EA
$300
$1200
Structure
13
8-01
Erosion Control and Water
1
LS
$500
$500
Pollution Prevention
14
8-02
Property Restoration
1
FA
$1,000
$1,000
SUBTOTAL SCHEDULE F
BID SUMMARY
ITEM
BID AMOUNT
SCHEDULE A -27620 25TH DRS PIPE ID# 1845
%' 869.99
SCHEDULE B -28627 26TH AVE S (PIPE ID# 4242)
$
36,944.00
SCHEDULE C - REDONDO WAY S (PIPE ID# 24855)
$
16,605.00
SCHEDULE D- 2404 S 296th PI (PIPE ID# 4266)
$
251795.00
SCHEDULE E -20TH AVE S & S 282ND ST (PIPE ID
#4751
$��
SCHEDULE F -29309 2ND AVE SW (PIPE ID #15585)
$
$•-;$
TOTAL BID AMOUNT
(including Washington State sales tax, all other
-government taxes, assessments and charges)
$12,919.00
$18,851.00.
$9,372.00
312,91,9-00
The documents incorporated by reference, as if fully set forth, are the Notice to Contractors. the Instructions to
Bidders and Checklists, the Contractors 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-12 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing 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
taken 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 signing 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 andfor provided under this contract and that it shall riot employ any person or agent having
any such interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest it shall immediately disclose such interest to the City and
take action immediately to eliminate the conflict or to withdraw from this contract. as the City may
require; 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, brokerage, 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 representatives. to any official, member or employee of
the City or other governmental agency with a view toward securing this contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of' RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the fallowing 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 it 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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-13 PROJECT #288
CFW RFQ VERSION 2020 -MAY
Receipt of the following Addendums is hereby acknowledged
Addendum No. 1
Addendum No.
Addendum No.
Date Issued: 6/24/2020
Date Issued:
Date Issued:
The undersigned individual represents and warrants that he or she is a�uth razed to e111and all
bid documents on behalf of any partnership, joint venture or carpo ion.
By:
Signature
Seth Smith
Printed Name
Governor
Title
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-14 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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.
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 Assorted Endeavors LLC - DBA - Pacific Sitework
By:
Legal Name of Firm
Signature of Authorized
Title: Governor
Title of Person Signing Certificate
Date:
6/26/2020
Seth Smith
Print Name of Person Making Certifications for Firm
Place:
Clinton WA 98236
Print City and State Where Signed
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-15 PROJECT #288
CFW RFQ VERSION 2020 -MAY
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-16 PROJECT #288
CFW RFQ VERSION 2020 -MAY
THIS SMALL PUBLIC WORKS CONTRACT' ( `Contract") is dated effective this 15 day of Sept 1
2020 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or
Owner"), and Assorted Endeavors LLC — DBA — Pacific Sitework, a General ("Contractor"), for the project known
as Annual Pipe Rehabilitation Phase 3 (2020) (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 cornpletion of the Project. Contractor shall perform
the Work in a manner consistent with accepted practices for other property licensed contractors and in
accordance with and as described in the Contract Documents, which Work shalt 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
il In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed 'One Hindered Twentv Thousand Four Hundered Eighty Six and 00/100 Dollars ($
120,486.00)1 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-17 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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.
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 through 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 to 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-18 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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
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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-19 PROJECT #288
CFW RFQ VERSION 2020 -MAY
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-20 PROJECT #288
CFW RFQ VERSION 2020 -MAY
8.7 Full Forc,c 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.
8.8 Assi nment. 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 Lin-Eiation 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 Sale Authority/Discretion/Jud_gment. 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: Jonn Cole Capital Eng ineer
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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-21 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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: Assorted Endeavors LLC — DBA — Pacific Sitework
Attn: Seth Smith
4022 Campbell Rd'
Clinton, WA 98236
ENGINEER: City of Federal Way
Attn: John Cole, Capital Engineer
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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-22 PROJECT #288
CFW RFQ VERSION 2020 -MAY
DATED the day and year set forth above.
CITY OE -FEDERAL WAY:
Jia�'-F�.rref 00'A4C1y01- "
�5 8th Avenue South
rleral Way, WA 98003-6325
ATTEST:
S ph nie Courtney, C C City Clerk
APPROVED AS TO FORM:
J. Ryan Ca4City,arney
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON
CONTRACTOR:
--------------
Signature of Authorized lbdfvidctal
c
Printed Name of AuthorizedIndividual
Street Address 1.
l�� ivy U `769\-zL
City, State, Zip
)ss -
COUNTY
ss.COUNTY OF )
On this day personally appeared before me,
s toknown to be
the individual described in and who ex cuted the foregoing in rument, and on oath swore thant�i ase heiwey
executed the foregoing instrument a is he0heir free and voluntary act and deed for the uses and purposes
therein mentioned.
GIVEN my hand and official seal this day of
A.;
d
T�
:0 NOTARY !
.� PUBLIC •-
.V (P - ® .
i-5 x, -22-2Q
OF 1
20-k
(typed1printed name of notary)
Notary Public in and forthe State of Washington.
My commission expires (2
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-23 PROJECT #288
CFW RFQ VERSION 2020 -MAY
SAMPLE CONTRACT CHANGE ORDER
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER
PROJECT TITLE
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 QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
JINCREASE $ I DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-24 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-25 PROJECT #288
CFW RFQ VERSION 2020 -MAY
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here daring Contract
Execution
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-26 PROJECT #288
CFW RFQ VERSION 2020 -MAY
DATE (MMIDDNYYY)
.4CaR CERTIFICATE OF LIABILITY INSURANCE 1 08/18/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
NLeanne Pearson
PRODUCER NAME: FAX r4, :;5$-&727
PHONE 425 •155-5640
The Partners Group Ltd AIC No Eaq : ( ) _ CAIf:. vo
11225 SE 6th St., Suite 110 A111111-1 Ipearson@tpgrp.com
INSU RERIS) AFFORDING COVERAGE NAIC #
WA 96004 Ohio Ser.,ln4y Ins Co 24082
Bellevue _ INSURER A
INSURED INSURER B
Ohio Casualty Ins Co. 24074
Assorted Endeavors, LLC, DBA: Pacific Sitework NSURER C :
P.O. BOX 1163 INSURER D
INSURER E .
Clinton WA 98236 INSURER F
COVERAGES
CERTIFICATE NUMBER: 2020 GL AL LIMB REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FCR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LICY E'F OLICY XP
NTYPE OF INSURANCE IN$D Wv❑ POLICYNUMBER MMIDDIYYYIr MMlDOIYYYY
LTR
�. COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ❑X OCCUR
A
BKS57443391 107/02/2020 1 10/30/2020
raEu'L AGGREGATE ATE LIMITAPPLIES PER:
SRO• ❑ LOC
X POLICY F y•„T
O FFIER:
AUTOMOBILE LIABILITY
ANY AUTO
A OWNED SCHEDULED BKS57443391
TOS ONLY AUTOS
AUTOS ONLY � AUTOS ONLY
HIRED NON -OWNED
UMBRELLA AB ][ OCCUR
B EXCESS LIAB CI.AIr.Is-I.^.n.DE US057443391
DEC, X REEN7•ION § 10,000
LX
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
A ANY PROPRIETOR aART`i1:R7EXEC::T;VF NIA BKS57443391
pFRCF!�fMEOaER EXI; UDED"
(Mandatary In NH)
IF yes. descdbe under
OESCRIF'TION OF 01,1=R,170NS below ..
07/02/2020 1 10/30/2020
07/02/2020 1 10/30/2020
07/02/2020 1 10/30/202C
� � I I I
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Annual Pipe Rehabilitaion Phase 3 - Projejct #288
LIMITS
Er�CF OGC L:RRENC E
S 1,000•000
PRE!•11SE5 `Fa�ercurrzn[eS
.1.000.0x0
MED EXP (Any one persanl
1:].0x4
PERSONAL&ADV INJURY
§ 1,000,000
GENERALAGGRCGATE
$ 2.000,000
PRODUCTS - COAtp1OP AGG
i Z'000'000
C0' MIBINED SINGLE L,irx
$ 1,000,000
Ea a�dencl
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROF•ERTY DAMAGE
(Per aCCident
$
$
ERCFI GCCURR-NCE
y 3,000.000
AGGREGATE
$ 3,000.000
S
PE -e Gr'"
STATUTE X ER
WA STOP GAP
E.L. EACHACCIDeNT
S 1,000,000
EL DISEASE-EAFMPLCYEE
5 1,000,000
E.L.. DISEASE - hOI-ICY LIMIT
$ 1.000,x00
City of Federal Way is included as additinal insured for General Liability and Auto Liability per attached forms
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Federal Way
33325 8th Ave S AUTHORIZED REPRESENTATIVE
Federal Way WA 98003
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
COMMERCIAL AUTO
AC 85 01 06 18
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified
by the endorsement.
If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement
Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in
that specified state.
COVERAGE INDEX
PROVISION NUMBER
SUBJECT
ACCIDENTAL AIRBAG DEPLOYMENT
13
421
ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM SUIT OR LOSS
AMENDED FELLOW EMPLOYEE EXCLUSION
6
15
AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
25
BODILY INJURY REDEFINED
EMPLOYEES AS INSUREDS (Including Employee Hired Auto)
3
11
EXTRA EXPENSE -BROADENED COVERAGE
17
GLASS REPAIR -WAIVER OF DEDUCTIBLE
23
HIRED AUTO COVERAGE TERRITORY
7
HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto)
16
LOAN / LEASE GAP (Coverage Not Available In New York)
2
NEWLY FORMED OR ACQUIRED SUBSIDIARIES
18
PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
12
PERSONAL EFFECTS COVERAGE
PHYSICAL DAMAGE. - ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
9
14
PHYSICAL DAMAGE DEDUCTIBLE - VEHICLF TRACKING SYSTEM
CONTRACT OR WRITTEN AGREEMENT
24
PRIMARY AND NON-CONTRIBUTORY -WRITTEN
10
RENTAL REIMBURSEMENT
5
SUPPLEMENTARY PAYMENTS
8
TOWING AND LABOR
1
TRAILERS - INCREASED LOAD CAPACITY
19
TWO OR MORE DEDUCTIBLES
20
UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
OF RIGHTS OF RECOVERYAGAINST OTHERS TO US
22
WAIVER OF TRANSFER
SECTION I - COVERED AUTOS is amended as follows:
1. TRAILERS - INCREASED LOAD CAPACITY
The following replaces Paragraph C.1. Certain Trailers, Mobile Equipment And Temporary Substitute
Autos of SECTION I - COVERED AUTOS:
Trailers with a load capacity of 3,000 pounds or less designed primarily for travel on public roads.
© 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 1 of 7
SECTION II - LIABILITY COVERAGE is amended as follows:
2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES
SECTION 11 - LIABILITY COVERAGE, Paragraph A.I. - Who Is An Insured is amended to include the
following as an "insured":
d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the
policy period. Coverage is afforded only for 90 days from the date of acquisition or formation.
However" "insured" does not include any organization that:
(1) Is a partnership or joint venture; or
(2) Is an "insured" under any other automobile policy except a policy written specificall y to apply
in excess of this policy; or
(3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile
policy.
Coverage under this provision d. does not apply to "bodily injury" or "property damage" that
occurred before you acquired or formed the organization.
3. EMPLOYEES AS INSUREDS
SECTION II - LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the
following as an "insured":
e. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for
acts within the scope of their employment by you. Insurance provided by this endorsement is
excess over any other insurance available to any "employee".
f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or
agreement in that "employee's" name, with your permission, while performing duties related to
the conduct of your business and within the scope of Lheir employment. Insurance provided by this
endorsement is excess over any other insurance available to the "employee".
4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT
SECTION 11 - LIABILITY COVERAGE, Paragraph A.I. Who Is An Insured is amended to include the
following as an "insured":
g. Any person or organization with respect to the operation, maintenance or use of a covered "auto",
provided that you and such person or organization have agreed in a written contract, written
agreement, or permit issued to you by governmental or public authority, to add such person, or
organization, or governmental or public arkthority to this policy as an "insured".
However, such person or organization is an "insured":
(1) Only with respect to the operation, maintenance or use of a covered "auto";
(2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after
you executed the written contract or written agreement, or the permit has been issued to you;
and
(3) Only for the duration of that contract, agreement or permit.
The "insured" is required to submit a claim to any other insurer to which coverage could apply for
defense and indemnity. Unless the "insured" has agreed in writing to primary rn)ncontributory
wording per enhancement number 24, this policy is excess over any other collectible insurance.
5. SUPPLEMENTARY PAYMENTS
SECTION 11 - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs
(2) and (4) are replaced by the following:
(2) Up to $3.[]00 for cost of bail bonds (including bonds for related traffic violations ) required because
of an "accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings
up to $500 a day because of time off from work.
© 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 2 of 7
6. AMENDED FELLOW EMPLOYEE EXCLUSION
In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to
the employer by the workers compensation exclusivity rule, or similar protection, the following provi-
sion is added:
SECTION II - LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results
from the use of a covered "auto" you own or hire if you have workers compensation insurance in force
for all of your "employees" at the time of "loss".
This coverage is excess over any other collectible insurance.
SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows:
_ 7. HIRED AUTO PHYSICAL DAMAGE
Paragraph A.4. Coverage Extensions of SECTION III -PHYSICAL DAMAGE COVERAGE, is amended by
adding the following:
If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of
Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you
— own, then the Physical Damage coverages provided are extended to "autos":
— — a. You hire, rent or borrow; or
b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name,
but only if the damage occurs while the vehicle is being used in the conduct of your business,
subject to the following limit and deductible:
a. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of:
(1) $50,000; or
(2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or
(3) The cost of repairing or replacing the damaged or stolen property with other property of like
kind and quality, minus a deductible.
b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that
coverage.
c. Subject to the limit, deductible and excess provisions described in this provision, we will provide
coverage equal to the broadest covfrage applicable to any covered "auto" you own.
d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the
hired "auto" if it results from an "accident". you are legally liable and the lessor incurs an actual
financial loss.
e. This coverage extension does not apply to:
(1) Any "auto" that is hired, rented or borrowed with a driver; or
(2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your
"employee's" household.
Coverage provided under this extension is excess over any other collectible insurance available at the
time of "loss".
8. TOWING AND LABOR
SECTION III - PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of
the following:
We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto"
classified and rated as a private passenger type, "light truck" or "medium truck" is disabled:
a. For private passenger type vehicles, we will pay up to $75 per disablement.
b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross
vehicle weight (GVW) of 10,000 pounds or less.
c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that
have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds.
However, the labor must be performed at the place of disablement.
b 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 3 of 7
9. PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE
Paragraph A.4.a. Coverage Extensions, Transportation Expenses of SECTION III - PHYSICAL DAMAGE
COVERAGE, is amended to provide a limit of S50 per day and a maximum limit of $1,500.
10. RENTAL REIMBURSEMENT
SECTION 111 - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following:
a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of
an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under
Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those ex-
penses incurred after the first 24 hours following the "accidenl" or "loss" to,the covered "auto."
b. Rental Reimbursement requires the rental of a comparable or lessor vehicle, which in many cases
may be substantially fess than $75 per day. and will only be allowed for the period of time it should
take to repair or replace the vehicle with reasonable speed and similar quality, lap to a maximum of
30 days.
c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and
replace your tools and equipment from the covered "auto". This limit is excess over any other
collectible insurance.
d. This coverage does not apply unless you have a business necessity that other "autos" available for
your use and operation cannot fill.
e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay
under this coverage only that amount of your rental reimbursement expenses which is not already
provided under Paragraph 4. Coverage Extension.
f. No deductible applies to this coverage.
g. The insurance provided under this extension is excess over any other collectible insurance.
If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by
this Enhancement Endorsement is in addition to the coverage you purchased.
For the purposes of this endorsement provision, materials and equipment do not include "personal
effects" as defined in provision 12.B.
11. EXTRA EXPENSE - BROADENED COVERAGE
Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of
returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000.
12. PERSONAL EFFECTS COVERAGE
A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following:
If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that
"auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects"
stolen with the "auto."
The insurance provided under this provision is excess over any other collectible insurance.
B. SECTION V - DEFINITIONS is amended by adding the following:
Q For the purposes of this provision, "personal effects" mean tangible property that is worn or carried
by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securi-
ties.
13. ACCIDENTAL AIRBAG DEPLOYMENT
SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following:
If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss"
relating to mechanical breakdown does not apply to the accidental discharge of an airbag.
Any insurance we provide shall be excess over any other collectible insurance or reimbursement by
manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or
warranty.
O 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission. Page 4 of 7
14. PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM
SECTION III - PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following:
Any Comprehensive Deductible Shown in the Declarations will be reduced by 50% for any "loss"
caused by lhePt if the vehicle is eruil3ped with a vehicle tracking device such as a radio tracking device
or a global position device and that device was the method of recovery of the vehicle.
15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE
SECTION III - PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclu-
sions 4.c. and 4.d. is deleted and replaced with the following:
Exclusions 4.c. and 4.d. do not apply to:
a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not de-
signed solely for the reproduction of sound, if the equipment is:
_ (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a
housing unit that is permanently installed in the covered "auto"; and
(2) Designed to be solely operated by use from the power from the "auto's" electrical system; and
" — (3) Physical damage coverages are provided for the covered "auto".
If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with
this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property
will be reduced by a $100 deductible.
16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York)
A. Paragraph C. Limit Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by
adding the following:
The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one
accident' is the greater of the:
1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is
" subject at the time of the "loss" less the amount of:
a. Overdue payments and financial penalties associated with those payments as of the date
of the "loss";
b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal
wear and tear;
c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insur-
ance purchased with the loan or lease;
d. Transfer or rollover balances from previous loans or leases;
e. Final payment due under a "Balloon Loan";
f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a
covered "auto";
g. Security deposits not refunded by a lessor;
h. All refunds payable or paid to you as a result of the early termination of a lease agreement
or as a result of the early termination of any warranty or extended service agreement on a
covered "auto";
i. Any amount representing taxes;
j. Loan or lease termination fees; or
2. The actual cash value of the damage or stolen property as of the time of the "loss".
An adjustment for depreciation and physical condition will be made in determining the actual
cash value at the time of the "loss". This adjustment is not applicable in Texas.
B. Additional Conditions
This coverage applies only to the original loan for which the r'overed "auto" that incurred the
"loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss".
© 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services office Inc., with its Permission Page 5 of 7
C. SECTION V - DEFINITIONS is changed by adding the following:
As used in this endorsement provision, the following definitions apply:
"Total loss" means a 'loss" in which the cost of repairs plus the salvage value exceeds the actual
cash value.
A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the
term of the loan, thereby requiring a large final payment.
17. GLASS REPAIR- WAIVER OF DEDUCTIBLE
Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition
of the following:
No deductible applies to glass damage if the glass is repaired rather than replaced.
18. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE)
Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition
of the following:
The deductible does not apply to 'loss" caused by collision to such covered "auto" of the private
passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the
manufacturer as maximum loaded weight the "auto" is designed to carry while it is:
a. In the charge of an "insured";
b. Legally parked; and
c. Unoccupied.
The 'loss" must be reported to the police authorities within 24 hours of known damage.
The total amount of the damage to the covered "auto" must exceed the deductible shown in the
Declarations.
This provision does not apply to any 'loss" if the covered "auto" is in the charge of any person or
organization engaged in the automobile business.
19. TWO OR MORE DEDUCTIBLES
Under SECTION III - PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage
forms apply to the same "accident', the following applies to Paragraph D. Deductible:
a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived;
or
b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible it will be
reduced by the amount of the smaller (or smallest) deductible; or
c. If the 'loss" involves two or more Business Auto coverage forms or policies, the smaller (or
smallest) deductible will be waived.
For the purpose of this endorsement, company means any company that is part of the Liberty Mutual
Group.
SECTION IV - BUSINESS AUTO CONDITIONS is amended as follows:
20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following:
If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the incep-
tion date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will
not be prejudiced.
However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery,
and we have the right to collect additional premium for any such hazard or exposure.
b 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 6 of 7
21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS
SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the follow-
ing:
a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3) Member, if you are a limited liability company;
(4) An executive officer or the "employee" designated by the Named Insured to give such notice, if
you are a corporation.
To the extent possible, notice to us should include:
(a) How, when and where the "accident" or "loss" took place;
(b) The "insureds" name and address; and
(c) The names and addresses of any injured persons and witnesses.
�- 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US
_ SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against
Others To Us, is amended by the addition of the following:
If the person or organization has in a written agreement waived those rights before an "accident" or
'loss", our rights are waived also.
23. HIRED AUTO COVERAGE TERRITORY
SECTION IV - BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is
amended by the addition of the following:
f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the
"Rnsured's' responsibility to pay for damages is determined in a "suit", on the merits, in the United
States, the territories and possessions of the United States of America, Puerto Rico or Canada or in
a settlement we agree to.
This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a
driver.
24. PRIMARY AND NON-CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREE-
MENT
The following is added to SECTION IV - BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other
Insurance and supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution
from any other insurance available to an "insured" under your policy provided that:
1. Such "insured" is a Named Insured under such other insurance; and
2. You have agreed in a written contract or written agreement that this insurance would be primary
and would not seek contribution from any other insurance available to such "insured".
SECTION V - DEFINITIONS is amended as follows:
25. BODILY INJURY REDEFINED
Under SECTION V - DEFINITIONS, Definition C. is replaced by the following:
"Bodily injury" means physical injury, sickness or disease sustained by a person, including mental
anguish, mental injury, shock, fright or death resulting from any of these at any time.
© 2017 Liberty Mutual Insurance
AC 85 01 06 18 Includes copyrighted material of Insurance Services Office Inc., with its Permission Page 7 of 7
CA 00 01 03 06
BUSINESS AUTO COVERAGE FORM
Various provisions in this policy restrict coverage.
Read the entire policy carefully to determine
rights, duties and what is and is not covered.
Throughout this policy the words "you" and
"your" refer to the Named Insured shown in the
Op-clarations. The words "we". "us" and "our"
refer to the Company providing this insurance.
Other words and phrases that appear in quotation
marks have special meaning. Refer to Section V -
Definitions.
mbal
1 An "Auto"
2 Owned
"Autos"
Description Of
SECTION I - COVERED AUTOS
ITEM TWO of the Declarations shows the "autos"
that are covered "autos" for each of your cov-
erages. The following numerical symbols de-
scribp the "autos" that may be covered "autos".
The symbols emlered next to a coverage on the
Declarations designate the only "autos" that are
covered "autos".
A. Description Of Covered Auto Designation
Symbols
red Auto Designation _w
Only those "autos' you own (and for Liability Coverage any "trailers"
you don't own while attached to power units you own.) This includes
.�.,..... n..,.�...e" trni i mrni iira nwnp_rghio of after the policy begins.
3 Owned
Only the private passenger "autos" you own. This includes those private
Private
passenger "autos" you acquire ownership of after the policy begins.
Passenger
cannot reject Uninsured Motorists Coverage. This includes those
"Autos" Only
"autos" you acquire ownership of after the policy begins provided
4 Owned
Only those "autos" you own that are not of the private passefiger type
"Autos" Other
(and for Liability Coverage any "trailers" you don't own while attached
Than Private
to power units you own). This includes those "autos" not of the
Passenger
private passenger type you acquire ownership of after the policy begins.
"Autos" Only
a premium charge is shown (and for Liability Coverage any
5 Owned
Only those "autos" you own that are required to have No -Fault benefits
"Autos"
in the state where they are licensed or principally garaged. This
Subject
includes those "autos" you acquire ownership of after the policy begins
To No -Fault
provided they are required to have No -Fault benefits in the state where they
are licensed or principally qora ed.
6 Owned
Only those "autos" you own that because of the law in the state where
"Autos"
they are licensed or principally garaged are required to have and
Subject
cannot reject Uninsured Motorists Coverage. This includes those
To A
"autos" you acquire ownership of after the policy begins provided
Compulsory
they are subject to the same state uninsured motorists requirement.
Uninsured
Motorists La -
7 Specifically
Only those "autos" described in Item Three of Declarations for which
"trailers"
Described
a premium charge is shown (and for Liability Coverage any
"Autos"
ou don't own while attached to any QoWer unit described iin Item ThFee).
8 Hired "Autos"
Only those "autos" you lease, hire. rent or borrow. This does not include
Only
any "auto" you lease, hire. rent, or borrow from any of your "employees".
partners (if you are a partnership;, members (if you are a limited lability
rmmmanv) nr members of their household,
CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 1 of 13
Svmbol Descri kion Of Covered Mato n—irinnii,n S
9 Non -Owned Only those "'autos" you do not ow -i. Icase, hire. rent cr borrow that
"Autos" are used in connection with your business. "fl "autos" owned
Only by your "employees partners (if you are a Iaartrrersi iipJ, members (if you
are a limited liability company), or members of their households but only
while used in your business or our personal affairs.
19 Mobile Equip- Only those "autos" that are land vehicles and that would qualify under the
ment Subject definition of "mobile equipment" under this policy if they were not
To Compul- subject to a compulsory or financial responsibility law or other
sory Or motor vehicle insurance law where they are licensed or principally garaged.
Financial
Responsibility
Or Other Motor
Vehicle Insurance
Law Only
B. Owned Autos You Acquire After The Policy
Begins
1. If symbols 1, 2, 3, 4, 5, 6 or 19 are
entered next to a coverage in ITEM TWO
of the Declarations, then you have cov-
erage for "autos" that you acquire of the
type: described for the remainder of the
policy period.
2. But, if symbol 7 is entered next to a
coverage in ITEM TWO of the Declara-
tions, an "auto" you acquire will be a
covered "auto" for that coverage only if:
a. We already cover all "autos" that
you own for that coverage or It re-
places an "auto" you previously
nwned that had that coverage; and
b. You tell us within 30 days after you
acquire it that you want us to cover
it for that coverage.
C. Certain Trailers, Mobile Equipment And Tem-
porary Substitute Autos
If Liability Coverage is provided by this Cov-
erage Form, the following types of vehicles
are also covered "autos" for Liability Cov-
erage:
1. "Trailers" with a load capacity of 2,000
pounds or less designed primarily for
travel on public roads.
2. "Mobile equipment" while being carried
or towed by a covered "auto."
3. Any "auto" you do not own while used
with the permission of its owner as a
temporary substitute for a covered
"auto" you own that is out of service
because of its:
a. Breakdown;
b. Repair;
c. Servicing;
d. "Loss"; or
e. Destruction
SECTION II - LIABILITY COVERAGE
A. Coverage
We will pay all sums an "insured" legally
must pay as damages because of "bodily
injury" or "property damage to which this
insurance applies, caused by an "accident"
and resulting from the ownership, mainten-
ance or use of a covered "auto."
We will also pay all sums an "insured" le-
gally must pay as a "covered pollution cost
or expense" to which this insurance applies.
caused by an "accident" and resulting from
the ownership, maintenance or use of cov-
ered "autos." However, we will only pay for
the "covered pollution cost or expense" if
there is either "bodily injury" or "property
damage" to which this insurance applies that
is caused by the same "accident."
We have the right and duty to defend any
"insured" against a "suit" asking for such
c amagps or a "covered pollution cost or ex-
pense". However, we have no duty to defend
any "insured" against a "suit" seeking dam-
ages for "bodily injury" or "property dam-
age" or a "covered pollution cost or
expense" to which this insurance does not
apply. We may investigate and settle any
claim or "suit" as we consider appropriate.
Our duty to defend or settle ends when the
Liability Coverage Limit of Insurance has
been exhausted by payment of judgments or
settlements.
1. Who Is An Insured
The following are "insureds":
a. You for any covered "auto."
b. Anyone else while using with your
permission a covered "auto" you
own, hire or borrow except:
CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 2 of 13
2.
(1) The owner or anyone else from
whom you hire or borrow a cov-
ered "auto". This exception does
not apply if the covered "auto"
is a "trailer" connected to a cov-
ered "auto" you own.
(2) Your "employee" if the covered
"auto" is owned by that "em-
ployee" or a member of his or
her household.
(3) Someone using a covered
"auto" while he or she is work-
ing in a business of selling, ser-
vicing, repairing, parking or
storing "autos" unless that busi-
ness is yours.
(4) Anyone other than yn',jr "em-
ployees", partners (if you are a
partnership), members (if you
are a limited liability company),
or a lessee or borrower or any of
their "employees", while moving
property to or from a covered
"auto".
(5) A partner (if you are a partner-
ship), or a member (if you for
a
limited liability company),
covered "auto" owned by him or
her or a member of his or her
household.
C. Anyone liable for the conduct of an
"insured" described above but only
to the extent of that liability.
Coverage Extensions
a. Supplementary Payments.
We will pay for the "insured":
(1) All expenses we incur.
(2) Up to $2,000 for cost of bail
bonds (including bonds for re-
lated traffic law violations) re-
quired because of an "accident"
we cover. We do not have to
furnish these bonds.
(3) The cost of bonds to release at-
tachments in any "suit" against
the "insured" we defend, but
only for bond amounts within
our Limit of Insurance.
(4) All reasonable expenses incurred
by the "insured" at our request,
including actual loss of earnings
up to $250 a day because of
time off from work.
(5) All costs taxed against the "in-
sured" in any "suit" against the
"insured" we defend.
CA 00 01 03 06
(6) All interest on the full amount of
any judgment that accrues after
entry of the judgment in any
"suit" against the "insured" we
defend, but our duty to pay in-
terest ends when we have paid,
offered to pay or deposited in
court the part of the judgment
that is within our Limit of Insur-
ance.
These payments will not reduce the
Limit of Insurance.
b. Out of State Coverage Extensions.
While a covered "auto" is away from
the state where it is licensed we will:
(1) Increase the Limit of Insurance
for Liability Coverage to meet
the limits specified by a compul-
sory or financial responsibility
law of the jurisdiction where the
covered "auto" is being used.
This extension does not apply to
the limit or limits specified by
any law governing motor carriers
of passengers or property.
(2) Provide the minimum amounts
and types of other coverages,
such as no-fault, required of out-
of-state vehicles by the jurisdic-
tion where the covered "auto" is
being used.
We will not pay anyone more than
once for the same elements of loss
because of these extensions.
B. Exclusions
This insurance does not apply to any of the
following:
1. Expected Or Intended Injury
"Bodily injury" or "property damage" ex-
pected or intended from the standpoint
of the "insured".
2. Contractual
Liability assumed under any contract or
agreement.
But this exclusion does not apply to li-
ability for damages:
a. Assumed in a contract or agreement
that is an "insured contract" pro-
vided the "bodily injury" or "prop-
erty damage" occurs subsequent to
the execution of the contract or
agreement; or
(biSo Properties, Inc., 2005
Page 3 of 13
b. That the "insured" would have in the
absence of the contract or agree-
ment.
3. Workers' Compensation
Any obligation for which the "insured"
or the "insured's" insurer may be held
liable under any workers' compensation,
disability benefits or unemployment com-
pensation law or any similar law.
4. Employee Indemnification And Employ-
er's Liability
"Bodily injury" to:
RM a. An "employee" of the "insured"
arising out of and in the course of:
(1) Employement by the "insured";
or
(2) Performing the duties related to
the conduct of the "insured's"
business; or
b. The spouse, child, parent, brother or
sister of that "employee" as a con-
sequence of Paragraph a. above.
This exclusion applies:
(1) Whether the "insured" may be
liable as an employer or in any
other capacity; and
(2) To any obligation to share dam-
ages with or repay someone else
who must pay damages because
of the injury.
But this exclusion does not apply to
"bodily injury" to domestic "employees"
not entitled to workers' compensation
benefits or to liability a5Sl med by the
"insured" under an "insured contract".
For the purposes of the Coverage Form,
a domestic "employee is a person en-
gaged in household or domestic work
performed principally in connection with
a residence premises.
5. Fellow Employee
"Bodily injury" to any fellow "employee"
Of the "insured" arising out of and in the
course of the fellow "employee's" em-
ployment or while performing duties re-
lated to the conduct of your business.
6. Care, Custody Or Control
"Property damage" to or "covered
pollution cost or expense' involving
properly owned or transported by the
"insured" or in the 1. insured's" care, cus-
tody or control. But this exclusion does
not apply to liability assumed under a
sidetrack agreement.
7. Handling Of Property
"Bodily injury" or "property damage" re-
sulting from the handling of property:
a. Before it is moved from the place
where it is accepted by the "insured"
for movement into or onto the cov-
ered "auto"; or
b. After it is moved from the covered
"auto" to the place where it is finally
delivered by the "insured".
8. Movement Of Property By Mechanical
Device
"'Bodily injury" or "property damage" re-
sulting from the movement of property
by a mechanical device (other than a
hand truck) unless the device is attached
to the covered "auto".
9. Operations
"Bodily Injury" or "property damage'
arising out of the operation of:
a. Any equipment listed in Paragraphs
6.b. and 6.c. of the definition of "mo-
bile equipment"; or
b. Maci-irnery or equipment that is on,
attached to, or part of, a land vehicle
That would qualify under the defini-
tion of "mobile equipment" if it were
not subject to a compulsory or finan-
cial responsibility taw or other motor
vehicle insurance law where it is li-
censed or principally garaged.
10. Completed Operations
"Bodily injury" or "property damage"
arising out of your work after that work
has been completed or abandoned.
In this exclusion, your work means:
a. Work or operations performed by
you or on your behalf; and
b. Materials, parts or equipment fur-
nished in connection with such work
or operations.
CA 00 01 03 06
©ISO Properties, Inc., 2005 Page 4 of 13
Your work includes warranties or repre-
sentations made at any time with respect
to the fitness, quality, durability or per-
formance of any of the items included in
Paragraphs a. or b. above.
Your work will be deemed completed at
the earliest of the following times:
(1) When all of the work called for in
your contract has been completed.
(2) When all of the work to be done at
the site has been completed if your
contract calls for work at more than
one site.
(3) When that part of the work done at a
job site has been put to its intended
use by any person or organization
other than another contractor or sub-
contractor working on the same pro-
ject.
Work that may need service, main-
tenance, correction, repair or
replacement, but which is otherwise
complete, will be treated as complet-
ed.
11. Pollution
"Bodily injury" or "property damage"
arising out of the actual, alleged or
threatened discharge, dispersal, seepage,
migration, release or escape of "pollu-
tants":
a. That are, or that are contained in any
property that is:
(1) Being transported or towed by,
handled, or handled for move-
ment into, onto or from, the cov-
ered "auto";
(2) Otherwise in the course of
transit by or on behalf of the
"insured"; or
(3) Being stored, disposed of, treat
ed or processed in or upon the
covered "auto";
b. Before the "pollutants" or any prop-
erty in which the "pollutants" are
contained are moved from the place
where they are accepted by the "in-
sured" for movement into or onto
the covered "auto"; or
Paragraph a. above does not apply to
fuels, lubricants, fluids, exhaust gas-
es or other similar "pollutants" that
are needed for or result from the
normal electrical, hydraulic or me-
chanical functioning of the covered
"auto" or its parts, if:
(1) The "pollutants" escape, seep,
migrate, or are discharged, dis-
persed or released directly From
an "auto" part designed by its
manufacturer to hold, store, re-
ceive or dispose of such "pollu-
tants"; and
(2) The "bodily injury", "property
damage" or "covered pollution
cost or expense" does not arise
out of the operation of any
equipment listed in Paragraphs
6.b. and 6.c. of the definition of
"mobile equipment".
Paragraphs b, and c. above of this exclu-
sion do not apply to "accidents" that
occur away from premises owned by or
rented to an "insured" with respect to
"pollutants" not in or upon a covered
"auto" if:
(1) The "pollutants" or any property
in which the "pollutants" are
contained are upset, overturned
or damaged as a result of the
maintenance or use of a covered
"auto"; and
(2) The discharge, dispersal, seep-
age, migration, release or escape
of the "pollutants" is caused di-
rectly by such upset, overturn or
damage.
12. War
"Bodily injury" or "property damage"
arising directly or indirectly out of:
a. War, including undeclared or civil
war;
b. Warlike action by a military force,
including action in hindering or de-
fending against an actual or expect-
ed attack, by any government,
sovereign or other authority using
military personnel or other agents;
or
C. After the "pollutants" or any prop- c. Insurrection, rebellion, revolution,
erty in which the "pollutants" are usurped power, or action taken by
contained are moved from the cov- governmental authority in hindering
ered "auto" to the place where they or defending against any of these.
are finally delivered, disposed of or
abandoned by the "insured".
CA 00 01 03 06
bISO Properties, Inc., 2005 Page 5 of 13
2. Towing.
13. Racing
We will pay up to the limit shown in the
Covered "autos" while used in any pro_
demoli-
Declarations for towing and labor costs
fessional or organized racing or
stunting activity, or while
incurred each time a covered "auto" of
tion contest or
practicing for such contest or activity,
the private passenger type is disabled.
be at
This insurance also does not apply while
However, the labor must performed
the place of disablement.
that covered "auto" is being prepared for
such a contest or activity.
3. Glass Breakage - Hitting a Bird or Ani -
mal - Falling Objects or Missiles.
C. Limit Of Insurance
covered
If you carry Comprehensive Coverage for
Regardless of the number of
"insureds", claims
the damaged covered "auto", we will
"autos", premiums paid,
in the "accident',
pay for the following under Comprehen-
made or vehicles involved
for the total of all
sive Coverage:
g
the most we will pay
damages and "covered pollution cost or ex-
a. Glass breakage;
pease" combined, resulting from any one
b. "Loss" caused by hitting a bird or
"accident" is the Limit of Insurance for Liabil-
animal; and
_
_ ity Coverage shown in the Declarations.
"Loss" caused by falling objects or
All "bodily "property damage" and
c.
missiles.
"covered pollution cost or expense" resulting
to
have the option of having
_ from continuous or repeated exposure
the same conditions will be con-
However, you
glass breakage caused by a covered
substantially
sidered as resulting from one "accident",
"auto's" collision or overturn considered
duplicate
a "loss" under Collision Coverage.
No one will be entitled to receive
payments for the same elements of "loss"
4. Coverage Extensions
under this Coverage Form and any Medical
a. Transporation Expenses
Payments Coverage Endorsement, Uninsured
We will pay up to $20 per day to a
Motorists Coverage Endorsement or Underin-
maximum of $600 for temporary
sured Motorists Coverage Endorsement at-
transportation expense incurred by
tached to this Coverage Part.
you because of the total theft of a
SECTION III - PHYSICAL DAMAGE COVERAGE
covered "auto" of the private pas-
senger type. We will pay only for
A. Coverage
those covered "autos" for which you
1. We will pay for "loss" to a covered
carry either Comprehensive or Speci-
"auto" or its equipment under:
fied Causes of Loss Coverage. We
a. Comprehensive Coverage. From any
will pay for temporary transportation
incurred during the period
cause except:
expenses
beginning 48 hours after the theft
(1) The covered "auto's" collision
and ending, regardless of the poli -
with another object; or
cy's expiration, when the covered
(2) The covered "auto's' overturn.
"auto" is returned to use or we pay
for its "loss".
b. Specified Causes of Loss Coverage.
b. Loss Of Use Expenses
Caused by:
For Hired Auto Physical Damage, we
(1) Fire, lightning or explosion;
will pay expenses for which an "in -
(2) Theft;
sured" becomes legally responsible
(3) Windstorm, hail or earthquake;
to pay for loss of use of a vehicle
rented or hired without a driver, un -
(4) Flood;
der a written rental contract or
(5) Mischief or vandalism; or
agreement. We will pay for loss of
(6) The sinlnng, burning, collision or
use expenses if caused by:
only if the
derailment of any conveyance
"auto".
1 Other than collision
()
Declarations indicate that Com -
transporting the covered
c. Collision Coverage. Caused by:
for any covered "auto";
(1) The covered "auto's" collision
with another object; or
(2) The covered "auto's" overturn.
bISO Properties,
Inc., 2005 Page 6 of 13
CA 00 01 03 06
(2) Specified Causes Of Loss only if
the Declarations indicate that
Specified Causes Of Loss Cov-
erage is provided for any cov-
ered "auto; or
(3) Collision only if the Declarations
indicate that Collision Coverage
is provided for any covered
"auto".
However, the most we will pay for
any expenses for loss of use is $20
per day, to a maximum of $600.
B. Exclusions
1. We will not pay for "loss" caused by or
resulting from any of the following. Such
"loss" is excluded regardless of any oth-
er cause or event that contributes con-
currently or in any sequence to the
"loss".
a. Nuclear Hazard.
(1) The explosion of any weapon
employing atomic fission or fu-
sion; or
(2) Nuclear reaction or radiation, or
radioactive contamination, how-
ever caused.
b. War or Military Action.
(1) War, including undeclared
or civ-
il war;
(2) Warlike action by a
military
force, including action in
hinder-
ing or defending against
an ac-
tual or expected attack,
by any
government, sovereign or other
authority using military
person-
nel or other agents; or
(3) Insurrection, rebellion,
revolu-
tion, usurped power or action
taken by governmental authority
in hindering or defending
against
any of these.
2. We will not pay for "loss" to any cov-
ered "auto" while used in any profes-
sional or organized racing or demolition
contest or stunting activity, or while
practicing for such contest or activity. We
will also not pay for "loss" to any cov-
ered "auto" while that covered "auto" is
being prepared for such a contest or ac-
tivity.
3. We will not pay for "loss" caused by or
resulting from any of the following un-
less caused by other "loss" that is cov-
ered by this insurance:
a. Wear and tear, freezing,
mechanical or electrical break-
down.
b. Blowouts, punctures or other
road damage to tires.
4. We will not pay for "loss" to any of the
following:
a. Tapes, records, discs or other similar
audio, visual or data electronic de-
vices designed for use with audio,
visual or data electronic equipment.
b. Any device designed or used to de-
tect speed measuring equipment
such as radar or laser detectors and
any jamming apparatus intended to
elude or disrupt speed measurement
equipment.
c. Any electronic equipment, without
regard Co whether this equipment is
permanently installed, that receives
or transmits audio. visual or data
signals and that is not designed sole-
ly for the reproduction of sound.
d. Any accessories used with the elec-
tronic equipment described in
Paragraph c. above.
Exclusions 4.c. and 4.d. do not apply to:
a. Equipment designed solely for the
reproduction of sound and accesso-
ries used with such equipment, pro-
vided such equipment is
permanently installed in the covered
"auto" at the time of the "loss" or
such equipment is removable from a
housing unit which is permanently
installed in the covered "auto" at the
time of the "loss", and such equip-
ment is designed to be solely op-
erated by use of the power from the
"auto's" electrical system, in or upon
the covered "auto"; or
b. Any other electronic equipment that
is:
(1) Necessary for the normal opera-
tion of the covered "auto" or the
monitoring of the covered
"auto's" operating system; or
CA 00 01 03 06 ©ISO Properties, Inc., 2005 Page 7 of 13
(2) An integral part of the same unit
a. Pay its chosen appraiser; and
housing any sound reproducing
b. Bear the other expenses of the ap-
equipment described in a. above
praisal and umpire equally.
and permanently installed in the
If we submit to an appraisal, we will still
opening of the dash or console
retain our right to deny the claim.
of the covered "auto" normally
used by the manufacturer for in-
2. Duties In The Event Of Accident, Claim,
stallation of a radio.
Suit Or Loss
5. We will not pay for "loss" to a covered
We have no duty to provide coverage
"auto" due to "diminution in value".
under this policy unless there has been
full compliance with the following duties:
C. Limit Of Insurance
a. In the event of "accident", claim,
„
1. The most we will pay for loss in any
"suit" or "loss", you must give us or
one "accident" is the lesser of:
our authorized representative prompt
a. The actual cash value of the damag-
notice of the "accident" or "loss".
ed or stolen property as of the time
Include:
of the "loss";or
(1) How, when and where the "ac -
b. The cost of repairing or replacing the
cident" or "loss" occurred;
damaged or stolen property with oth-
(2) The "insured's" name and ad-
er property of like kind and quality.
dress; and
a 2. An adjustment for depreciation and phys-
(3) To the extent possible, the
ical condition will be made in
names and addresses of any in -
determining actual cash value in the
jured persons and witnesses.
event of a total "loss".
b. Additionally, you and any other in -
3. If a repair or replacement results in bet-
volved "insured" must:
ter than like kind or quality, we will not
1 Assume no obligation, make no
( )
pay for the amount of the betterment.
payment or incur no expense
D. Deductible
without our consent, except at
For each covered "auto", our obligation to
the "insured's" own cost.
pay for, repair, return or replace damaged or
(2) Immediately send us copies of
stolen property will be reduced by the ap-
any request, demand, order, no-
plicable deductible shown in the Declara-
tice, summons or legal paper re -
tions. Any Comprehensive Coverage
ceived concerning the claim or
deductible shown in the Declarations does
"suit".
not apply to "loss" caused by fire or light-
(3) Cooperate with us in the inves-
ning.
tigation or settlement of the
SECTION IV - BUSINESS AUTO CONDITIONS
claim or defense against the
The following conditions apply in addition to the
"suit".
Common Policy Conditions:
(4) Authorize us to obtain medical
A. Loss Conditions
records or other pertinent infor-
1. Appraisal For Physical Damage Loss
mation.
If you and we disagree on the amount of
(5) Submit to examination, at our
expense, by physicians of our
"loss", either may demand an appraisal
choice, as often as we reason -
of the "loss". In this event, each party
ably require.
will select a competent appraiser. The
two appraisers will select a competent
c. If there is "loss" to a covered "auto"
and impartial umpire. The appraisers will
or its equipment you must also do
state separately the actual cash value
the following:
and amount of "loss". If they fail to
(1) Promptly notify the police if the
agree, they will submit their differences
covered "auto" or any of its
to the umpire. A decision agreed to by
equipment is stolen.
any two will be binding. Each party will:
CA 00 01 03 06 OISO Properties, Inc., 2005 Page 8 of 13
(2) Take all reasonable steps to pro-
tect the covered "auto" from fur-
ther damage. Also keep a record
of your expenses for consider-
ation in the settlement of the
claim.
(3) permit us to inspect the covered
,.auto" and records proving the
"loss" before its repair or dis-
position.
(4) Agree to examinations under
oath at our request and give us a
signed statement of your an-
swers.
3. Legal Action Against Us
No one may bring a legal action against
us under this Coverage Form until:
a. There has been full compliance with
all the terms of this Coverage Form;
and
b. Under Liability Coverage, we agree
in writing that the "insured" has an
obligation to pay or until the amount
of that obligation has finally been
determined by judgment after trial.
No one has the right under this poli-
cy to bring us into an action to deter-
mine the "insured's" liat,ility.
4. Loss Payment - Physical Damage
Coverages
At our option we may:
a. Pay for, repair or replace
damaged
or stolen property;
If any
b. Return the stolen property,
at our ex-
pense. We will pay for any damage
that results to the "auto"
from the
theft; or
from another, those rights are
c. Take all or any part of the
damaged
or stolen property at an
agreed or
appraised value.
after
If we pay for the "loss", our
payment
will include the applicable sales tax for
the damaged or stolen property.
5. Transfer Of Rights Of Recovery Against
Others
To Us
If any
person or organization to or for
whom
we make payment under this Cov-
erage
Form has rights to recover dam-
ages
from another, those rights are
transferred to us. That person or organi-
zation
must do everything necessary to
secure
our rights and must do nothing
after
"accident" or "loss" to impair
them.
B. General Conditions
1. Bankruptcy
Bankruptcy or insolvency of the "in-
sured" or the "insured's" estate will not
relieve us of any obligations under this
Coverage Form.
2. Concealment,- Misrepresentation Or
Fraud
This Coverage Form is void in any case
of fraud by you at any time as it relates
to this Coverage Form. It is also void if
you or any other "insured", at any time,
intentionally conceal or misrepresent a
material fact concerning:
a. This Coverage Form;
b. The covered "auto';
c. Your interest in the covered "auto";
or
d. A claim under this Coverage Form.
3. Liberalization
If we revise this Coverage Form to pro-
vide more coverage without additional
premium charge, your policy will auto-
matically provide the additional coverage
as of the day the revision is effective in
your state.
4. No Benefit To Bailee - Physical Damage
Coverages
We will not recognize any assignment or
grant any coverage for the benefit of any
person or organization holding, storing
or transporting property for a fee regard-
less of any other provision of this Cov-
erage Form.
CA 00 01 03 06 eISO Properties, Inc., 2005 Page 9 of 13
CA 00 01 03 06 QISO Properties, Inc., 2005 Page 10 of 13
b. If this policy is issued for more than
5. Other Insurance
one year, the premium for this Cov-
a. For any covered "auto" you own,
erage Form will be computed annu-
this Coverage Form provides primary
ally based on our rates or premiums
insurance. For any covered "auto"
in effect at the beginning of each
you don't own, the insurance pro-
year of the policy.
vided by this Coverage Form is ex-
cess over any other collectible
7. Policy Period, Coverage Territory
insurance. However, while a covered
Under this Coverage Form, we cover "ac-
"auto" which is a "trailer" is con-
cidents" and "losses" occurring:
nected to another vehicle, the Liabil-
a. During the policy period shown in
ity Coverage this Coverage Form
the Declarations; and
provides for the "trailer" is:
(1) Excess while it is connected to a
b. Within the coverage territory.
motor vehicle you do not own.
The coverage territory is:
(2) Primary while it is connected to
a. The United States of America;
a covered "auto" you own.
b. The territories and possessions of
momom
y b. For Hired Auto Physical Damage
the United States of America;
Coverage, any covered "auto" you
e. Puerto Rico;
lease, hire, rent or borrow is deemed
d. Canada; and
to be a covered "auto" you own.
However, any "auto" that is leased,
e. Anywhere in the world if:
hired, rented or borrowed with a
(1) A covered "auto" of the private
driver is not a covered "auto".
passenger type is leased, hired,
c. Regardless of the provisions of Para-
rented or borrowed without a
graph a. above, this Coverage Form's
driver for a period of 30 days or
Liability Coverage is primary for any
less; and
liability assumed under an "insured
(2) The "insured's" responsibility to
contract".
pay damages is determined in a
d. When this Coverage Form and any
"suit" on the merits, in the Unit-
other Coverage Form or policy cov-
ed States of America, the ter-
ers on the same basis, either excess
ritories and possessions of the
or primary, we will pay only our
United States of America, Puerto
share. Our share is the proportion
Rico, or Canada or in a settle-
that the Limit of Insurance of our
ment we agree to.
Coverage Form bears to the total of
We also cover "loss" to, or "accidents"
the limits of all the Coverage Forms
involving, a covered "auto" while being
and policies covering on the same
transported between any of these places.
basis.
8. Two Or More Coverage Forms Or Poli-
6. Premium Audit
cies Issued By Us
a. The estimated premium for this Cov-
If this Coverage Form and any other Cov-
erage Form is based on the expo-
erage Form or policy issued to you by us
sures you told us you would have
or any company affiliated with us apply
when this policy began. We will
to the same "accident", the aggregate
compute the final premium due
maximum Limit of Insurance under all
when we determine your actual ex-
the Coverage Forms or policies shall not
posures. The estimated total prem
exceed the highest applicable Limit of
um will be credited against the iinai
Insurance under any one Coverage Form
❑rE,mium due and the first Named
or policy. This condition does not apply
Insured will be billed for the balance,
to any Coverage Form or policy issued
if any. If the estimated total premium
by us or an affiliated company specifi-
exceeds the final premium due, the
Cally to apply as excess insurance over
first Named Insured will get a re-
this Coverage Form.
fund.
CA 00 01 03 06 QISO Properties, Inc., 2005 Page 10 of 13
SECTION V - DEFINITIONS
A.
B.
Q
"Accident" includes continuous or repeated
exposure to the same conditions resulting in
"bodily injury" or "property damage".
"Auto" means;
1. A land motor vehicle, "trailer" or semi-
trailer designed for travel on public
roads; or
2. Any other land vehicle that is subject to
a compulsory or financial responsbility
law or other motor vehicle insurance law
where it is licensed or principally ga-
raged.
However, "auto" does not include "mobile
equipment".
"Bodily injury" means bodily injury, sickness
or disease sustained by a person including
death resulting from any of these.
"Covered pollution cost or expense" means
any cost or expense arising out of:
1. Any request, demand, order or statutory
or regulatory requirement that any "in-
sured" or others test for, monitor, clean
up, remove, contain, treat, detoxify or
neutralize, or in any way respond to, or
assess the effects of "pollutants"; or
2. Any claim or "suit" by or on behalf of a
governmental authority for damages be-
cause of testing for, monitoring, cleaning
up, removing, containing, treating, detox-
ifying or neutralizing, or in any way re-
sponding to or assessing the effects of
"pollutants".
"Covered pollution cost or expense" does not
include any cost or expense arising out of
the actual, alleged or threatened discharge,
dispersal, seepage, migration, release or es-
cape of "pollutants":
a. That are, or that are contained in any
property that is:
(1) Being transported or towed by,
handled, or handled for move-
ment into, onto or from the cov-
ered "auto";
(2) Otherwise in the course of
transit by or on behalf of the
"insured";
(3) Being stored, disposed of, treat-
ed or processed in or upon the
covered "auto"; or
b. Before the "pollutants" or any prop-
erty in which the "pollutants" are
contained are moved from the place
where they are accepted by the "in-
sured" for movement into or onto
the covered "auto"; or
c. After the "pollutants" or any prop-
erty in which the "pollutants" are
contained are moved from the cov-
ered "auto" to the place where they
are finally delivered. disposed of or
abandoned by the "insured."
Paragraph a. above does not apply to
fuels, lubricants, fluids, exhaust gas-
es or other similar "pollutants" that
are needed for or result from the
normal electrical, hydraulic or me-
chanical functioning of the covered
"auto" or its parts, if:
(1) The "pollutants" escape, seep,
migrate. or are discharged, dis-
persed or released directly from
an "auto" part designed by its
manufacturer to hold, store, re-
ceive or dispose of such "pollu-
tants"; and
(2) The "bodily injury," "property
damage" or "covered pollution
cost or expense" does not arise
out of the operation of any
equipment listed in Paragraphs
6.b. or 6.c. of the definition of
"mobile equipment."
Paragraphs b. and c. above do not
apply to "accidents" that occur away
from premises owned by or rented
to an "insured" with respect to "Pol-
lutants" not in or upon a covered
"auto" if:
(1) The "pollutants" or any property
in which the "pollutants" are
contained are upset, overturned
or damaged as a result of the
maintenance or use of a covered
"auto"; and
(2) The discharge, dispersal, seep-
age, migration, release or escape
of the "pollutants is caused di-
rectly by such upset, overturn or
damage.
CA 00 01 03 06
DISO Properties, Inc., 2005 Page 11 of 13
E. "Diminution in value" means the actual or
perceived loss in market value or resale val-
ue which results from a direct and accidental
"loss".
F. "Employee" includes a "leased worker".
"Employee" does not include a "temporary
worker".
G. "Insured" means any person or organization
qualifying as an insured in the Who is An
insured provision of the applicable coverage.
Except w[th respect to the Limit of Insurance,
the coverage afforded applies separately to
each insured who is seeking coverage or
against whom a claim or "suit" is brought.
H. "Insured contract" means:
1. A lease of premises;
2. A sidetrack agreement;
3. Any easement or license agreement, ex-
cept in connection with construction or
demolition operations on or within 50
feet of a railroad;
4. An obligation, as required by ordinance,
to indemnify a municipality, except in
connection with work for a municipality;
S. That part of any other contract or agree-
ment pertaining to your business (includ-
ing an indemnification of a municipality
in connection with work performed for a
municipality) under which you assume
the tort liability of another to pay for
"bodily injury" or "property damage" to
a third person or organization. Tort liabil-
ity means a liability that would be im-
posed by law in the absence of any
contract or agreement.
6. That part of any contract or agreement
entered into, as part of your business,
pertaining to the rental of lease, by you
or any of your "employees", of any
"auto." However, such contract or agree-
ment shall not be considered an "insured
contract" to the extent that it obligates
you or any of your "employees" to pay
for "property damage" to any "auto" re-
nted or leased by you or any of your
"employees".
An "insured contract" does not include
that part of any contract or agreement:
a. That indemnifies a railroad for "bod-
ily injury" or "property damage"
arising out of construction or demoli-
tion operations, within 50 feet of any
railroad property and affecting any
railroad bridge or trestle, tracks, road
beds, tunnel, underpass or crossing;
or
b. That pertains to the loan, lease or
rental of an "auto" to you or any of
your "employees", if the "auto" is
loaned, leased or rented with a driv-
er; or
c. That holds a person or organization
engaged in the business of transport-
ing property by "auto" for hire harm-
less for your use of a covered "auto"
over a route or territory that person
or organization is authorized to serve
by public authority.
"Leased worker" means a person leased to
you by a labor leasing firm under an agree-
ment between you and the labor leasing firm,
to perform duties related to the conduct of
your business. "Leased worker" does not in-
clude a "temporary worker".
J. "Loss" means direct and accidental loss or
damage.
K. "Mobile equipment„ means any of the fol-
lowing types of land vehicles, including any
attached machinery or equipment
1. Bulldozers, farm machinery, forklifts and
other vehicles designed for use princi-
pally off public roads;
2. Vehicles maintained for use solely on or
next to premises you own or rent;
3. Vehicles that travel on crawler treads;
4. Vehicles, whether self-propelled or not,
maintained primarily to provide mobility
to permanently mounted:
a. Power cranes, shovels, loaders, dig-
gers or drills; or
b. Road construction or resurfacing
equipment such as graders, scrapers
or rollers.
CA 00 01 03 06
©ISO Properties, Inc., 2005 Page 12 of 13
5. Vehicles not described in Paragraphs 1.,
L. "Pollutants" means any solid, liquid, gaseous
2., 3., or 4. above that are not self -pro-
or thermal irritant or contaminant, including
pelled and are maintained primarily to
smoke, vapor, soot, fumes, acids, alkalis,
provide mobility to permanently attached
chemicals and waste. Waste includes materi-
equipment of the following types:
als to be recycled, reconditioned or re-
claimed.
a. Air compressors, pumps and gener-
welding,
M. Property damage" means damage to or loss
ators, including spraying,
building cleaning, geophysical explo-
of use of tangible property.
ration, lighting and well servicing
N. °Suit" means a civil proceeding in which:
equipment; or
1. Damages because of "bodily injury" or
b. Cherry pickers and similar devices
"property damage"; or
used to raise or lower workers.
2. A "covered pollution cost or expense",
6. Vehicles not described in Paragraphs 1•,
to which this insurance applies, are alleged.
2., 3. or 4. above maintained primarily
for purposes other than the transporta-
"Suit" includes:
tion of persons or cargo. However. self-
a, An arbitration proceeding in which
propelled vehicles with the following
such damages or "covered pollution
types of permanently attached equipment
costs or expenses" are claimed and
are not "mobile equirarnent' but will be
to which the "insured" must submit
considered "autos":
or does submit with our consent; or
a. Equipment designed primarily for:
b. Any other alternative dispute resolu-
(1) Snow removal;
tion proceeding in which such dam -
ages or "covered pollution costs or
(2) Road maintenance, but not con-
expenses" are claimed and to which
struction or resurfacing; or
the insured submits with our con -
(3) Street cleaning;
sent.
b. Cherry pickers and similar devices
U "Temporary worker" means a person who is
mounted on automobile or truck
furnished to you to substitute for a perma-
chassis and used to raise or lower
nent "employee" on leave or to meet sea -
workers; and
sonal or short-term workload conditions.
c. Air compressors, pumps and
P "Trailer" includes semitrailer.
goner€tors. including spraying. weld-
ing, building cleaning, geophysical
exploration, lighting or well servicing
equipment.
However, "mobile equipment" does not in-
clude land vehicles that are subject to a com-
pulsory or financial responsibility law or
other motor vehicle insurance law where it is
licensed or principally garaged. Land vehicles
subject to a compulsory or financial respon-
sibility law or other motor vehicle insurance
law are considered "autos".
CA 00 01 03 06
©ISO Properties, Inc., 2005 Page 13 of 13
COMMERCIAL GENERAL LIABILITY
CG 88 10 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY EXTENSION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT
NON -OWNED AIRCRAFT
NON -OWNED WATERCRAFT
PROPERTY DAMAGE LIABILITY -ELEVATORS
EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)
MEDICAL PAYMENTS EXTENSION
EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION
ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE"
WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN
INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
LIBERALIZATION CLAUSE
BODILY INJURY REDEFINED
EXTENDED PROPERTY DAMAGE
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US -
WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission
PAGE
2
2
2
2
3
3
3
5
6
6
7
7
7
7
7
8
8
Page 1 of 8
With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by
the endorsement.
A. NON -OWNED AIRCRAFT
Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability,
exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided:
1. It is not owned by any insured;
2. It is hired, chartered or loaned with a trained paid crew;
3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of
the United Mates of America or Canada, designating Fier or him a commercial or airline pilot; and
4. It is not being used to carry persons or property for a charge.
However, the insurance afforded by this provision does not apply if there is available to the insured other
valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically
in excess of this policy), contingent or on any other basis, that would also apply #o the loss covered under
this provision.
B. NON -OWNED WATERCRAFT
Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability,
Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following:
This exclusion does not apply to:
(2) A watercraft you do not own that is:
(a) Less than 52 feet long; and
(b) Not being used to carry persons or property for a charge.
C. PROPERTY DAMAGE LIABILITY - ELEVATORS
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Llabil-
ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property
damage" results from the use of elevators. For the purpose of this provision, elevators do not include
vehicle lifts. vehicle lifts are lifts or hoists used in automobile service or repair operations.
2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other
Insurance, Paragraph b. Excess Insurance:
The insurance afforded by this provision of this endorsement is excess over any property insurance,
whether primary, excess, contingent or on any other basis.
D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage)
If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part:
1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability:
a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow-
ing:
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage
by fire lightning, explosion, smoke, or leakage from an automatic fire protection system) to:
(i) Premises rented to you for a period of 7 or fewer consecutive days; or
(ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of
more than 7 days.
Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of
premises rented to you for a period of 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in Section III - Limits of
Insurance.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 Of 8
b. The last paragraph of subsection 2. Exclusions is replaced by the following:
Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage
from automatic fire protection systems to premises while rented to you or temporarily occupied by
you with permission of the owner. A separate limit of insurance applies to Damage To Premises
Rented To You as described in Section III - Limits Of Insurance.
2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following:
6. 5ublect to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will
oay under Coverage A for damages because of "property damage" to:
a. Any one premise:
(1) While rented to you; or
(2) While rented to you or temporarily occupied by you with permission of the owner for
damage by fire, lightning, explosion. smoke or leakage from automatic protection sys-
tems; or
b. Contents that you rent or lease as part of a premises rental or lease agreement.
3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO
YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following:
9.a. A contract for a lease of premises. Howe, lv,�r. that portion of the contract for a lease of premises
that indemnifies any person or organiz:a'..:,r, for damage by fire, iightming, explosion, smoke, or
leakage from automatic fire protection systems to premises while rented to you or temporarily
occupied by you with the permission of the owner, or for damage to contents of such premises
that are included in your premises rental or lease agreement, is not an "insured contract".
E. MEDICAL PAYMENTS EXTENSION
If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy
are amended as follows:
Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph
(b) of Paragraph a. is replaced by the following:
(b) The expenses are incurred and reported within three years of the date of the accident; and
F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B
1. Under Supplementary Payments - Coverages A and B, Paragraph i.b. is replaced by the following:
b. Up to $3.000 for cost of bail bonds required because of accidents or traffic law violations arising
out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have
to furnish these bonds.
2. Paragraph 1.d. is replaced by the following:
d. All reasonable expenses incurred by the Insured at our request to assist us in the investigation or
defense of the claire or "suit", including actual loss of earnings up to $500 a day because of time
off from work.
G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT
1. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or
organization whom you have agreed to add as an additional insured in a written contract, written
agreement or permit. Such person or organization is an additional insured but only with respect to
liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whale
or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance
of your on going operations for the additional insured that are the subject of the written contract or
written agreement provided that the "bodily injury" or "property damage" occurs, or the "per-
senal and advertising iniury" is committed, subsequent to the signing of such written contract or
written agreement; or
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8
b. Premises or facilities rented by you or used by you; or
c. The maintenance, operation or use by you of equipment rented or leased to you by such person or
organization; or
d. Operations performed by you or on your behalf for which the state or political subdivision has
issued a permit subject to the following additional provisions:
(1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad-
vertising injury" arising out of the operations performed for the state or political subdivision;
(2) This insurance does not apply to "bodily injury" or "property damage" included within the
"completed operations hazard".
(3) Insurance applies to premises you own, rent, or control but only with respect to the following
hazards:
(a) The existence, maintenance, repair, construction, erection, or removal of advertising
signs, awnings, canopies, cellar en -.trances, coal holes, driveways, manholes, marquees,
hoist away openings, sidewalk vaults, street banners, or decorations and similar expo-
sures; or
(b) The construction, erection, or removal of elevators; or
(c) The ownership, maintenance, or use of any elevators covered by this insurance.
However:
1. The insurance afforded to such additional insured only applies to the extent permitted by law; and
2. If coverage provided to the additional insured is required by a conte act or agreement, the insur-
ance afforded to such additional insured will not be broader than that which you are required by
the contract ur ayreement to provide for such additional insured.
N With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured
under this endorsement ends when:
(1) All work, including materials, parts or equipment furnished in connection with such work, on
the project (other than service, maintenance or repairs) to be performed by or on behalf of the
additional insured(s) at the location of the covered operations has been completed; or
(2) That parlion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured
under this endorsement ends when their written contract or written agreement With you for such
premises or facilities ends.
With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes
place after the equipment rental or lease agreement has expired or you have returned such equipment
to the lessor.
The insurance provided by this endorsement applies only if the written contract or written agreement
is signed prior to the "bodily injury" or "property damage".
We have no duty to defend an additional insured under this endorsement until we receive written
notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the
Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi-
tions.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8
2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2.
Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability:
This insurance does not apply to:
a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured.
b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the
location where such "bodily injury" or "properly damage" occurs.
c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render-
ing of, or the failure to render. any professional architectural, engineering or surveying services,
including:
(1) The preparing, approving, or fai!inri to pr(.-�pare or approve, maps, shop drawings, opinions,
reports, surveys, field orders, change orders or drawings and specifications; or
(2) Supervisory, inspection, architectural or engineering activities.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in
the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur-
rence" which caused the "bodily injury" or "property damage", or the offense which caused the
"personal and advertising injury", involved the rendering of, or the failure to render, any professional
architectural, engineering or surveying services.
d. "Bodily injury" or "property damage" occurring after:
(1) All work, including materials. parts or equipment furnished in connection with such work, on
the project (other than service, maintenance or repairs) to be performed by or on behalf of the
additional insured(s) at the location of the covered operations has been completed; or
(2) That portion of "your work" out of which the injury or damage arises has been put to its
intended use by any person or organization oilier than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
e. Any person or organization specifically designated as an additional insured for ongoing operations
,)y a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is-
sued by us and made apart of this policy.
3. With respect to the insurance afforded to these additional insureds, the following is added to Section III
- Limits Of Insurance:
If cover-tge provided to the addir oral insured is required by a contract or agreement, the most we will
pay on be'lialf of the additional insured is the amount of insurance:
a. Required by the contract or agreement; or
b. Available under the applicable Limits of Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns.
H_ PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION
This provision applies to any person or organization who qualifies as an additional insured under any form
or endorsement under this policy.
Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend-
ed as follows:
a. The following is added to Paragraph a. Primary Insurance:
If an additional insured's policy has an Other Insurance provision making its policy excess, and you
have agreed in awritten contract or written agreement to provide the additional insured coverage on a
primary and noncontributory basis, this policy shall be primary and we will not seek contribution from
the additional insureds policy for damages we cover.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8
b. The following is added to Paragraph b. Excess Insurance:
When a written contract or written agreement, other than a premises lease, facilities rental contract or
agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political
subdivision between you and an additional insured does not require this insurance to be primary or
primary and non-contributory, this insurance is excess over any other insurance for which the addi-
tional insured is designated as a Named insured.
Regardless of the written agreement between you and an additional insured, this insurance is excess
over any other insurance whether primary, excess, contingent or on any other basis for which the
additional insured has been added as an additional insured on other policies.
I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE"
This provision applies to any person or organization who qualifies as an additional insured under any form
or endorsement under this policy.
1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit:
N An additional insured under this endorsement will as soon as practicable:
a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under
this insurance to us;
g
b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have
insurance available to the additional insured; and
c. Agree to make available any other insurance which the additional insured has for a loss we
cover under this Coverage Part.
d. We have no duty to defend or indemnify an additional insured under this endorsement until
we receive written notice of a "suit" by the additional insured.
N 2. The limits of insurance applicable to the additional insured are those specified in a written contract
or written agreement or the limits of insurance as stated in the Declarations of this policy and
defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are
inclusive of and not in addition to the limits of insurance available under this policy.
J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS/ MALPRACTICE
WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES
Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following:
(1) "Bodily injury" or "personal and advertising injury":
(a) To you, to your part�iers or members (if you are a partnership or joint venture), to your rnrambers (.if
you are a limited liability company), to a co-"emptoyee" while in the course of his or her enloloy-
ment or performing duties related to the conduct of your business, or to your other "volunteer
workers" while performing duties related to the conduct of your business;
(b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a
consequence of Paragraph (1) (a) above;
(c) For which there is any obligation to share damages with or repay someone else who must pay
damages because of the injury described in Paragraphs (1) (a) or (b) above; or
(d) Arising out of his or her providing or failing ;o provide professional health care services. However,
if you are not in the business of providing professional health care services or providing profes-
sional health care personnel to others.. or if coverage for providing professional health care ser-
vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) dues not
apply.
Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and adve_!-tising injury" caused by
an "employee" wlio is acting in a supervisory capacity for you. Supervisory e p. c y as used herein means
the "employee's" job responsibilities assigned by you, includes the d, r' -- sr rvision of other "employ-
ees" of yours. However, none of these "ernpiayees" are insureds for "t,.),,,l v ,jury" or "personal and
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8
advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to
cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica-
tion by liquor or controlled substances.
The coverage provided by provision J. is excess over any other valid and collectable insurance available to
your "employee".
K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES
Paragraph 3. of Section II - Who Is An Insured is replaced by the following:
3. Any organization you newly acquire or form and over which you maintain ownership or majority
nierest, will qualify as a Named Insured if there is no other similar insurance available to that
organization. However:
is afforded only until the expiration of the policy period in
a. Coverage under this provision
which the entity was acquired or formed by you;
b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before you acquired or formed the organization.
d. Records and descriptions of operations must be maintained by the first Named Insured.
No person or organization is an insured with respect to the conduct of any current or past partnership, joint
venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies
as an insured under this provision.
L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre-
sentations:
Your failure to disclose all hazards or prior 'occurrences" existing as of the inception date of the policy
shall not prejudice the coverage afforded by this policy provided , such failure to disclose all hazards or
prior 'occurrences" is not intentional.
M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties
In The Event of Occurrence, Offense, Claim Or Suit:
Knowledge of an 'occurrence", offense, clairn or "suit' by an agent, servant or "employee" of any
insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph
1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of
"occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or
"employee".
N. LIBERALIZATION CLAUSE
If we revise this Commercial General Liability Extension Endorsement to provide more coverage without
additional premium charge, your policy will automatically provide the coverage as of the day the revision is
effective in your state.
O. BODILY INJURY REDEFINED
Under Section V - Definitions, Definition 3. is replaced by the following:
3. 'Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes
mental anguish, mental injury, shock, fright or death that results from such physical injury, sick-
ness or disease.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 7 of 8
P. EXTENDED PROPERTY DAMAGE
Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the
following:
a. Expected Or Intended Injury
"Bodily injury" or "property damage" expected or intended from the standpoint of the insured.
This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of
reasonable force to protect persons or property.
Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A
CONTRACT OR AGREEMENT WITH YOU
Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans-
fer Of Rights Of Recovery Against Others To Us:
We waive any right of recovery we may have against a person or organization because of payments we
make for injury or damage arising out of your ongoing operations or "your work" done under a
contract with that person or organization and included in the "products -completed operations hazard"
provided:
1. You and that person or organization have agreed in writing in a contract or agreement that you
waive such rights against that person or organization; and
2. The injury or damage occurs subsequent to the execution of the written contract or written agree-
ment.
© 2013 Liberty Mutual Insurance
CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8
COMMERCIAL GENERAL LIABILITY
CG 88 70 12 08
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT
(PER PROJECT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences"
under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex-
penses caused by accidents under Section I - Coverage C Medical Payments, which can be attributed
only to ongoing operations at a single construction project away from premises owned by or rented to
you:
1. A separate Construction Project General Aggregate Limit applies to each construction project, and
that limit is equal to the amount of the General Aggregate Limit shown in the Declarations .
2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all
damages under Coverage A, except damages because of "bodily injury" or "property damage"
included in the "products -completed operations hazard", and for medical expenses under Cov-
erage C regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or bringing "suits".
3. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the Construction Project General Aggregate Limit for that construction project. Such
payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they
reduce any other Construction Project General Aggregate Limit for any other construction project.
4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense
continue to apply. However, instead of being subject to the General Aggregate Limit shown in the
Declarations, such limits will be subject to the applicable Construction Project General Aggregate
Limit.
B. For all sums which the insured becomes legally obligated to pay as damages caused by 'occurrences"
under Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex-
penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib-
uted only to ongoing operations at a single construction project away from premises owned by or
rented to you:
1. Any payments made under Coverage A for damages or under Coverage C for medical expenses
shall reduce the amount available under the General Aggregate Limit or the Products -Completed
Operations Aggregate Limit, whichever is applicable; and
2. Such payments shall not reduce any Construction Project General Aggregate Limit.
C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any
payments for damages because of "bodily injury" or "property damage" included in the "products -
completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not
reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit.
D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted,
or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or
timetables, the project will still be deemed to be the same construction project.
E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall
continue to apply.
CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1
C:
1N .I O K
Seth Smith
Project Manager/ Superintendent
Pacific Sitework
PO Box 1163
Clinton, WA 98236
425 270 8497
PacificSitework@gmail.com
Dear John Cole,
John Cole
Capital Engineer, EIT, MSCE
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
253 835 2718 (0)
253 293 9785 (C)
John.Cole@cityoffederalway.com
Federal Way- Annual Pipe Rehabilitation
Phase 3
10% Performance/Payment Retainge
8/12/2020
Pacific Sitework elects that the City may retain 101/'o of the contract amount in lieu of a
performance and payment bond pursuant to RCW 39.08.010 as the contract amount is less
then $150,000.00
Sincerely,
Seth Smith — Pacific SiteNvork -
PERFORMANCE AND PAYMENT BOND
ANNUAL PIPE REHABILITATION PHASE 3 (2020)
The City of Federal Way ("City") has awarded to Assorted Endeavors LLC — DBA — Pacific Sitework
("Principal"), a contract for the construction of the above referenced project, and said Principal is required 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.
The Principal, and ("Surety"), a corporation organized under the laws of the
State of and licensed to do business in the State of Washington as surety and
named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly
bound to the City of Federal Way, in the sum of One Hundered Twenty Thousand Four Hundred Eigh_t_y Six US
Dollars (5120.486.00) Total Contract Amount, 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 not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, 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 incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice 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 attorney for the office executing on behalf of the surety.
PRINCIPAL: SURETY:
Principal Signature Date Surety Signature Date
Printed Name
Title
Printed Name
Title
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-27 PROJECT #288
CFW RFQ VERSION 2020 -MA Y
BOND NO.:
APPROVED AS TO FORM:
CITY OF FEDERAL WAY
LOCAL OFFICE/AGENT OF SURETY:
Name
Street Address
City, State, Zip
Telephone
J. Ryan Call, City Attorney
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-28 PROJECT #288
CFW RFQ VERSION 2020 -MAY
Seth Smith
Project Manager/ Superintendent
Pacific Sitework
PO Box 1163
Clinton, WA 98236
425 270 8497
PacificSitework@gmail.com
Dear John Cole,
John Cole
Capital Engineer, EIT, MSCE
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
253 835 2718 (0)
253 293 9785 (C)
John.Cole@cityoffederalway.com
Federal Way- Annual Pipe Rehabilitation
Phase 3
10% Performance/Payment Retainge
8/12/2020
Pacific Sitework 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 as the contract amount is less
then $150,000.00
Sincerely,
Seth Smith — Pacific Sitework ���'
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: Annual Pipe Rehabilitation Phase 3 2020
Contractor: Assorted Endeavors LLC -- DBA — Pacific Sitework
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 to 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:
If Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and
loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a
separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The
City will provide the agreement to the Contractor if this option is selected.
13 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.
;.
rshait-- omit a "Retainage Bond" on City -provided form included in these
Con ocu ents.
.E _.
Contractor Signature e
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-29 PROJECT #288
CFW RFQ VERSION 2020 -MAY
RETAINAGE BOND TO CITY OF FEDERAL WAY
ANNUAL PIPE REHABILITATION PHASE 3 (2020)
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Assorted Endeavors -- DBA --
Pacific Srtework. 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: one Hundred TwentyThousand ($ 120.486.00) 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, regulationsstandards 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 ROW 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 3n 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 $120.486.00; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW. THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the
Contract, and shall pay all laborers mechanics, subcontractors and material men or women, and all persons
who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work,
and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from
such Principal as a result of this contract then and in the event this obligation shall be void, but otherwise it shall
be and remain in 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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-30 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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 band, 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 liniited 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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
RFQ-31 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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 ANNUAL PIPE REHABILITATION PHASE 3
RFQ-32 PROJECT #288
CFW RFQ VERSION 2020 -MAY
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 dates of the GSP and its source. For example:
(March 8; 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
(`*PR0JLt l --SPECIFIC SPECIAL PP,OVISION***)
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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -1 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORD[
(March 13, 1995 WSDOT OSP)
This Contract provides for the improvement of the Annual Pipe Rehabilitation Phase 3 (2020)
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
Transportation Commission" "Commission" "Secretary of Transportation-' "Secretary"
`headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -2 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on
which the Contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -3 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
1-02 BID PROCEDURES AND C NDITIOIV�
1-02.1 Prequaiification 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
duced Plans (11" x 17")
Contract Provisions
Large Plans (e.g., 22" x 34")
No. of Basis of Distribution
Sets
Furnished automatically upon award..
Furnished automatically upon award.
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.
1-02.40 Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -4 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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
UBDEIDBElMIWBE commitment, if applicable; a State of Washington
Bids ntr aliobe
Registration Number; and a Business License Number, if applicable.
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
dder shall
and additives, if
nates and additivesasetg forth in the nPropo all Form unless l
bid on all alternates otherwise
specified.
1-02.6 Preparation of Pro osal
(July 11, 2418 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).
partnership name, and signed
A bid by a partnership theshall be executed in artnersh p agreement shall be submitted with the Bid Form if any
partner. A copy P
UDBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any UDBE requirements are to be satisfied through such an
agreement.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3
SP -5 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.04B
(Aprii 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:
1-02.61 Recycled Materials Pra osal
(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-D2.7 laid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the pe, son authorizcd to submit thn hid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.13 Irre alar Pro orals
(December 19, 2019 APWA GSP)
Delete this section and replace it with the following:
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
contains any unauthorized additions, deletions,
C. The completed Proposal form
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;
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3
SP -6 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 bidders 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 Cood Faith Effort documentation, if applicable,
as required in Section 1-02.6, or it 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
fMay 17, 2018 APWA iGSP, OPTION 6)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39-04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -7 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 Res ansibilit
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.
Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -8 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
• 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 bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A_ Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal date, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate these
explanations to determine whether the lawsuits demonstrate a pattern of
failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient in the sole judgment of the Contracting Agency) demonstrating compliance
with the Supplemental Criteria. The Contracting Agency reserves the right to request
further documentation as needed from the low Bidder and documentation from other
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -9 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 mandatary 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 btisinPss nays 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 EXEC I NTR T
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening proposals, the Contracting Agency will check them for correctness of
extensions of the prices per unit and the total price. If a discrepancy exists between the
price per unit and the extended amount of any bid item, the price per unit will control. If
a minimum bid amount has been established for ark item and the bidder's unit or lump -
)e minimum specified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, includin
sales taxes where appliTable and such additives and/or alternates as selected by the
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -10 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Contracting Aden 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
qighestporcentage of rec 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 exactlygua!
to the hlclhest 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 followin
award The number of copies to be executed by the Contractor will be determined by the
Contracting A ecf nc�
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency -prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency; the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -11 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 gond; or
be separate payment c� performanceIfor ebfuil ds. In the case of separate Contract amount. The bond(s) shall: payment and
performance bonds, e
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b Appears
Washington the current publishedAuthorized
the Insurance Off ceofistthe
WtheInsurance
g
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,
subcoriti ectors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4 Be incurred the project under titles 50 of
nd 82 RCW increases, and penalties
and
incu
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
1-43.7 Judicial Review
(November 30, 2098 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.050 shall control
venue and jurisdiction.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02
SP -12 PROJECT #288
CFW SPECIAL PROVISIONS VER 2020.048
I Q4 SCOPE OF THE WQRK
1-Q4.2 +Coordination of Contract Documents Plans S ecial Provisions, S ecifications
and Addenda
(April 12, 2019 CFW GSP)
Revise the second paragraph to read:
Any inconsistency in the
p d over 2, 2 over 3, 3 over 4,esolved by and so forth):lowing this order of
precedence (e.g., 1 presiding
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 Q5 CC)NTROL OF tfV 2 .
(,April 2, 2018, WSDOT GSP, OPTION 4)
Section 1-05.4 is supplemented with the following:
Contractor Surveying - ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all
alignment stakes, and grades necessary for the construction of the ADAfeatures.
Calculations, surveying, and measuring required for setting and maintaining the
necessary lines and grades shall be the Contractor's responsibility. The
Contractor shall build the ADA features within the specifications in the Standard
Plans and contract documents.
ADA Feature As -Built Measurements
The Contractor shall be responsible for providing electronic As -Built records of all
ADA feature improvements completed in the Contract.
The survey work shall include but not be limited to completing the
measurements, recording the required measurements and completing other data
fill-ins found onthe ADA
Engineer. TheADArement Forms, and transmitting the electronic
Measurem Measurement Forms are found at the following
Farms to the
website location:
http://www.wsdot.wa.gov/Design/ADAGuidance.htm
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SP -13 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
In the instance where an ADA Feature does not meet accessibility requirements,
all work to replace non -conforming work and then to measure, record the as -built
measurements, and transmit the electronic Forms to the Engineer shall be
completed at no additional cost to the Contracting Agency, as ordered by the
Engineer.
Payment
Payment will be made for the following bid item that is included in the Proposal:
"ADA Features Surveying", lump sum.
The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for
all the Work as specified.
1-05.7 Removal of Defective ani Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency imay deem necessary.
If the Contractor fails to comply with a written order to remedye the vethe in Engineer
determines to be an emergency situation, the Engineer may
have unauthoi ized 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 Ins ection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
H S 3
SP -14 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
1-x5.11 Final Inspections and Qperational Testin
1-05.11 1 Substantial Cam letion Date
When the Contractor considers the work to be substantially complete, the Contractor
shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date. The Contractor's request shall list the specific items of work that
remain to be completed in order to reach physical completion. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of
completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. if, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above plucess shall be repeated until the Fngineer 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 Completions Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SP -15 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 'esting
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems, irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are Listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing
and corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final 8 tance
(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 1 One -Year Guarantee Period
(March 8, 2073 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -16 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 E ui ment of Contractor
(August 14, 2013 APWA CSP)
Delete the sixth and seventh paragraphs of this section.
1-05.15 Method of Serving notices
(March 25, 2009 APWA CSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirerverits 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, uniess the Contract includes
power and water as a pay item.
1-05.17 As -Built Survey and Record ®rawin s
(December 2, 2019 CFW GSP)
Section 1-45.17 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:
Vertical Horizontal
As -built sanitary & storm invert and ± 0.01 foot ± 0.01 foot
grate elevations
As -built monumentation ± 0.001 foot ± 0.001 foot
As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot
hydrants
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -17 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
± 0. 10 foot ± 0. 10 foot
As -built ponds/swales/water features ± 0.01 foot ± 0.10 foot
As -built buildings (fin. Floor elev.) ± 0.10 foot ± 0.10 foot
As -built gas lines, power, N, Tel, Com N/A ± 0.10 foot
As -built signs, signals, etc.
This as -built survey shall consist of the following:
Survey of rim elevation, sump
elevations
or left 'pnvert lace w'th 'thin he limits l storm
ofthis
drainage structures installed,e, size, lid type
contract. Stam pipe . standard orr heavy duty) diameter and material', � and lid nage rshape;tn odel No. of CB
(solid cover or gveyanCe
water quality treatment inserts installed, flowline of ailpfaotcng d alin �� inch ding
systems at 54 -foot max. intervals, and retaining
cleanouts.
y appurtenances within the limits of this contract,
Finished grade shots on all utilitre hydrants,
including, but not limited to vaults,
Appurtenances hvwithlround covers should have
junction boxes, signal poles,
ane survey shot in the centdholes andof the abo�es orle valve
have two shots on opposite
the fire hydrant. Utility han
corners of the cover.
• Final curb elevations, with a minimum lockf8 curb,ots at integral eachcurb
b randreturn. extrudAlso,
ed curbfinal
shots along all curb and gutter,
installed it i this contract (at flnwline 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 construct tracking all relevant field
changes to the approved the
responsible
struct on drawings. These f ochanges shall be clearly
et of
size
s. These
identified in red ink in a comprehensive ee rate from other Planssheets�land shPallnbe clearly
Record Drawing shall be kept P
marked as Record drawings. The Record Drawings shall be kept on site, and shall be
at l
available for review by the Contracting
Agency
meeting ew. times, The Contractor shall bring
the Record Drawings to each progressg for e
submit to
set of
Upon completion of construction, the Contractorformat thatshall are signedhand,certfiedclean
by the
marked -up drawings in electronic PDF e of the record drawings shall
Contractor or their surveyor. The Certification on each built
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
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (2020)
PROJECT #288
SP -18
CFW SPECIAL PROVISIONS VER. 2020 04B
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities
that wre encountered construction drawings.
during construction that
approved
were not shown on the
Accurate locations of storm drainage (including invert elevations), sanitary sewer,
appurtenances, structures, conduits, light
water mains and other water
standards, vaults, width of roadways, sidewalks, landscaping areas,
ual
channelization and pavement markings, arals tc. Record used when different thanl shown reRect n tthe
dimensions, arrangement, and mate
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.
e full Pay
The lump sum contract priatefor l , andusuperrvvision utiland ized to perform the workrd Drawings " shall bspecifed
for all labor, equipment, materials,
including any surveying, checking, correction of errors, preparation of record drawings,
and coordination efforts.
1-05.18 Contractor's ©ail Lha
(April 92, 2098 CFW GSP)
Section 1-05.18 is a new section: payment
The Contractor and subcontractors.as to
addlp000de to ts� QInoineroand he Engineer la
contract work, hereby ogre and
Daily Diary Record of this project
ed superintendent- Entriery must ts mustptbe made maintained
by the basis
Contractor's designated p j
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.
ing changes throughout the day.
• The weather conditions, includadequate
A complete descriptioafwork nd Spedcationshsa thaed t the reader cahe day n easily and
references to the Plans
accurately identify said work on the Plans.
entr,� for each a © occurrence of anyevery dnattureltwhatsoeverwhi h mightlaffecpt the
or po
incident , accident, or
Contract, Owner, or any third party in any manner.
Listing of any materials
and
ner of sstored
torageroff-site by thand protecti n of he same for
future installation, to include the man
Listing of materials installed during each day.
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -19 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
• 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
he
of traffic lll notices allowandcondition of y conditions tottraveled roadway surfaces.
Contractorr shall
hasha
develop thatwou d behazardous to
the public. ccurate and complete record of the
• Any other information that serves to give an a
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 fthe diary diary
Ownerat eand the
end of
each working day. The Contractor must provide a copy rY
Engineer each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. ThP 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
es
goods or services, or acceptance express or liedythe City warrranty or any right untitute waiver, der law. This warranty cation, or
exclusion of any exp implied 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02
SP -20 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 l rd o n twarranties specified
in the SpecaPisisCotacPlans, other parts of the Contact Documents,or
incorporated by this reference.
1-06.7 Hazardous Chemicals
(April 92, 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 ti le 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 SIBproduct e hazards and actually rcorresponding dilUted, the llution rate should pe personal protectioe so n. etc., also be listed.
d in theM
C. A statement as to the intended use of the product.
•,� -■►.
l 11
1-07.1 Laws to be Observed
(October ?, 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA0S2
SP -21 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not;
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP, OPTION 3)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on-site workers
and compliant with Washington Administrative Code (WAC 296-809).
I he Contractor sl,dll prepare and implement a confiners space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 30 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the 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.
Section 1-07.1 is supplemented with the following:
(April 6, 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 supplementedCHSP
in these specifications, COVID-19 Health and Safety Plan (CHSP). A copy of the
developed by the Contractor shall be submitted to the Engineer as a Type 2 Working
Drawing.
Section 1-07.1 is supplemented with the following:
(April 92, 2099 CFW GSP)
Confined Space
Confined spaces are known to exist at the following locations:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -22 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
]-he Washington Stale Department of Revenue has issued sperial rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2(l) 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -23 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 skull 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 Cofillacting 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).
Section 1-07.2(4) is a new section.
1-07.2(4) Tax Determination
(April 92, 2019 CFW GSP)
A tax ruling has been provided by the Department of Revenue for this project.
The entire project is subject to Sales Tax under Rule 458-20-171.
1-07.4Sanitation
Section 1-07.4(2) is supplemented with the following:
1-07.4(2) Health Hazards
(April 7, 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -24 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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_ The
plan shall contain the following minimum elements:
1. The CHSP shall identify all standards, guidance, publications, and sources on which
it is based. Those standards may include references to OHSA, WISHA, and CDC
publications that are current at the time the CHSP is prepared.
2. The CHSP shall identify a responsible individual from the Contractor who is
responsible for implementation of the CHSP. The individual(s) contact information
shall be listed in the CHSP.
3. The CHSP shall specifically identify the project for which it is applicable, and if
applicable, shall address project work areas outside the project limits such as staging
areas or yards.
4. fhe CHSP shall identify the PPE and administrative and engineered controls
necessary to maintain a safe site. This includes but its not limited to: sanitation
resources, screening stations, safety briefings, controlling access, and personal
protective equipment (PPE) needed to protect workers from COVID-19.
5. The CHSP shall identify measures for screening and managing workers or visitors to
areas identified in the CHSP. The plan shall include procedures should a person
exhibit symptoms of COVID-19.
6. The CHSP shall identify how the plan will be updated as new work activities are
added with each two week look -ahead schedule. The CHSP updates shall identify
the number of workers, crews, work tasks, and the degree of congestion or
confinement workers will experience for the work activities in the two week look -
ahead schedule.
7. The CHSP shall include how the Contractor will ensure everyone on the site has
been trained on the CHSP requirements. This includes subcontractors, suppliers,
and anyone on the project site.
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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -25 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
suspend all or part
of the associated work
noncompliance incident or Enineerr that the non ompliance incident has been)
Contractor shall satisfy the gineer c orThe
before the suspension will end.
1-07.6 Permits and Licenses
(April 12, 2018 CFW GSP)
Section 1-07.5 is supplemented with the following:
Survey Monuments
In accordance with RCW58.Z4.040(8}, no cadastral or geodetic survey monument may
by
be disturbed without a valid permit tofremove Natu Natural Resources. es. y a survey Permit mapplications scatl be
the Washington State Departmentapplication must be
obtained on the DNR Public Land Survey Office website. The permit app
stamped by a registered Washington uey od s
e Contractor shall obtain
the permit to Remove or Destroy Surveyor.
necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7Load Limits
(March 13, 1995 �uSPplemented
DOT GSP, OPTION 6)
Sction 1-07.7 is with the following:
If the sources of materials provided a � �h shall tract tneeCantractar'ssitate ulexpenseromakethall
than State Highways, the
arrangements for the use of the haul routes.
1 07.3{51 Reguired pocumcnts
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages'
Certified Payrolls, including a signed Statement
projects, shall be submitted to the Engineer usinc
Wage Intent & Affidavit (PW IA) system.
"Affidavits of Wages Paid" and
of Compliance for Federal -aid
the State L&I online Prevailing
Intents and Affidavits
on forms provided by the following ialfuStatisticianselves and for ealch firm covered runder
submit to the Engineer the 9
RCW 30.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay PrevailingWag ke not payment
e LW S
form number F700-029-000. The Contracting Agency N1ll
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 0-
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&l and all of the
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY 020)
SP -26 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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
quired to be
Certified payrolls are resubmitted by the Contractor for themselves, all
Subcontractors and all laver 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
Q50) � �IoroFedeaal regulltttons (29 CFRin other `ons 5.12).
s provided
by State laws (RC
1-07.17 Utilities and Similar' Facilities
(April 2, 2007 WSDOT GSP, OPTION T)
Section 1-07.17 is supplemented with the fallowing:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
-1 he 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 ComcastAttn:Aaron Cantrell
Attn: Wes Hill 4020 Auburn Way North
31627 1StAvenue S
Federal Way, WA 98003 auburn, WA 98002
Telephone: (253)946-5440 Telephone: (253) 864-4281
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
Zayo
Attn Jason Tesdal
CITY OF FEDERAL WAY
SP -27
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
ANNUAL PIPE REHABILITATION PHASE
0)
PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bidg 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)
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 Liabilit and Pro ert Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
:►Al
P-9
C.
Ni
1-07.18 1 General Re uirernents
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 fess 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.
The Contractor shall keep this insurance in force without interruption from the
h the term
commencement 0) days he Physical tractor:s Work Complet on dater unless otherwise indicated below. he Contract and for thirty
(30) days after
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 Compietion Cate or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor aac pep to les toathe Con racting Agency to assure exteed reporting period ll") or execute another form
financial respons bility for
of guaranteea p
liability for services performed.
The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and noncontributory 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 020)
SP -28 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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.
K All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2)Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
■ The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
■ The consultant that completed the preparation of the engineering design and
project pians, 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 Inability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -29 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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(41 Verification of Covera e
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 failing within the deductible
or self-insured retention shall be the responsibility of the Contractor. in the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -30 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
1-07.18 5 ACommercial General Liabilit
ncludng but not limited to liability arising from d
Commercial General Liability insurance shall be written on coverage forms atleastle
broad as ISD occurrence form CG 00 01.
remises, operations, stop gap liabiiityindependent contractors,
asstumed underanproducts-completed
insured
p personal and advertisinginjury-_ From explosion, collapse or
operations, p
contract. There shall
damageexclusion for liability arising
underground property
e a per project
The Commercial General Liability insurance shall Ob09 dendorsed to.vpaient endorsement
aggregate limit, using 15D farm CG 25 0 s
equ
ce arising out of the
contractor shall maintain Commercial at Liability lyearsn following Substantial
Contractor's completed operations far atleast
Comp4etion of the Work.
Such policy must provide urrgminimum limits:
Each the
$1,000,O$2,Q00,00o General Aggregate
re ate
$ .00(3,0pQ Products & Completed operations each
Offense
$1,000,000 Personal & Employer ' Liability each Accident
$1,000,000 Stop Gap
1 07.18 5 B Automobile Liabilit leased
Automobile Liability shall cll
over owned, non-ow ad asr4S�afo CA 00 41 les; and If he work
be written
shall include MCS 90
be written on a coverage form
autamobi}e liability policy
involves the transport of pollutants,
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
I-07.18 5 C Workers' Com ensatian
The
Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washinei ton.
1-07.11811`111) Excess or Umbrella Liabiiit
f not less
(January 4, 2076 APWA GSP)
th
The Contractor shall provide Excess or Umbrella l iagregine ur phis excel It ag urns thee
than $3,000,OOQ each occurrence and an
liability coverage shall be excess over
a L alms as
suranc broad in coverage as
Contractor's Commercial General and
e.
All entities listed under 1-07.18(2)
of these Special Provisions shall be noticed as
additional insureds on the Contractor's Excess or Umbrella Liability insurance p nyiercial
This requirement may be satisfied instead through the Contractor's primary Com
ile Liability coverages, or any combination thereof that achieves
General and Automob
the overall required limits of insurance.
1-07.18L5g Pollution Liabiiit
ANNUAL PIPE REHABILITATION PH �
202
CITY OF FEDERAL WAY PROJECT #288
SP-31
CFW SPECIAL PROVISIONS VER. 2020.046
(January 4, 2016 APWA GSP)
The Contractor shall provide a Ca rar pollution damage (incaudiing Doss providing
tangible
for claims involving bodily injury, property
property that has not been physically injured), cleanup casts, remediation, disposal or
other handling of pollutants, including coouf the following:
}gatran,
defense or settlement of claims, arising out of any one or more o
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance
asbestos.
or other work with lead-based
paint or materials containing
3 Transportation of hazardous materials away from any site related to this project.
shall be named by
All entities listed under 1-07.18(2) of oshi the Contrac ase Special rrsvPallution L abil ty assurance
endorsement as additional insured
policy.
Such Pollution Liability policy shall provide the following ium limits:
$1,000,000 each lass and annual aggregate
1-07.23 Public Convenience and Safe
1-07.23 1 Construction under Traffic
(February 3, 2020 WsDOT GSP, pPTlDN 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zane a lies during working and nonworking
The Work Zone Clear Zane {WZCZ} pp roadside objects introducer) by the
hours. The WZCZ applies only to temporary
Contractor's operations and does not apply to preexisting conditions OF
in
permanent Work. Those work operations
T affic Cantrolthat are ePlansly in pro
a gd other cress lonbt act
accordance with adopted and approved
requirements. ot be
During nonworking hours equipment ormateals shor aelmp❑ ary rt
concretethe
bade
unless they are protected by permanentguardrail
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
rials
During actual hours of work, unless tponteshall abdescribed iheaWZCZy andonly
absolutely necessary to construe
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
not
The Contractor's nonessential vehicles time unless protected private vehicles
als described
above.
be permitted to park within the W ZZ at any
above.
or has
Deviation from the above requirements shhal{he not r unlesshas hpro idtedctwritten
requested the deviation in writing
and approval.
ANNUAL PIPE REHABILITATION PHASE )
CITY OF FEDERAL WAY PROJECT #288
SP -32
CFW SPECIAL PROVISIONS VER. 2020.048
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
Regulatory i.— Distance From
Posted Speed�I Traveled
Way
35 Mph or less
40 mph
45 to 50 mP_
55 to 60 mph
10
15
20
30
60mph or reater :3
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
Only one lane of traffic (northbound or southbound)raay ba close both
e closed to
traffic between the hours of 7-40AM and 3:30PM. Approval
one northbound and one southbound lane at the same time will require
prior approval by the Project Engineer.
Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
Closure of one lane at a time may occur between the hours oof 7b M htoe
7PM. Any closures between 7PM to 7AM require prior app Y
City
If a lane closure is required, at least one lane of traffic (alternating
directions / flagger controlled) shall be maintained at all times.
Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall
maintain continuous two-way traffic along streets throughout the project
site. The Contractor shall have the option, with the approval of the
Engineer, of momentarily interrupting the continuous two-way traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
rruption shall be defined as a period
driver confusion. A momentary inte
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10) cars in length will be allowed.
Working at night (bpm to 7am weekdays, 8 pm -gam 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
City, mrke all larra gmentsContractor
operrationsshall,
durngadditional
hours of darkness.
City, ma
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY 020)
SP -33 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 nc sing traffic.
Signs
lightsto
barricades shall be supplemented by Type
delineate edge of roadway during the hours of darkness.
The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
Pedestrians must have access to pedestrian push buttons at all times.
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 owork s gns andll be done on or adjacent traffic control devices are traveled
n place
way until all necessary
All signs and traffic control devices for the permitted closures shall only
ction signs.
ea lien than theed ng the specified
I uiulrs edofo lose c, shall be t� imed orf coaced
vered so
earlier t p
as not to be visible to motorists
The Contractor shall be responsible for notifying all affected property
he barricading of
owners anddew lks andd driveways. Notifications rior to Commencing tshould be at least 48hours
alleys, side
in advance of closures, if possible.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
® Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY
SP -34 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 1 11th PI S
1-07.24 Rights of Wa
(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 Contractors 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
out the
way and Exceptions to this aremanent and noted in the temporary,
Documents ornecessary
will for
work. be b a ght to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Flight 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 )
SP -35 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
1-07.28 Communication with Businesses and Property Owners
(April 92, 2098 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 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0M Preconstruction Conference
(October 90, 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;
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -36 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08,0f2) Hours of Work
(december 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8 -hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, 'the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -37 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time. s with respect to
3• Considering multiple work shifts as multiple working day
contract time even though the multiple shifts occur in a single 24-hour
period. ested and roved the non -working day
4. If a 4-10 work schedule be di d agsua working day
for the
e rates apply to this Contract, all requirements mus
5. If Davis Bacon wag on certified payroll.
be met and recorded properly
1-08.1 Subcontractin
Ma 30 2019 APWA GSP pPTIQN B
• h aragraph, beginning with "On all projects, the Contractor shall certify-.."
Delete the ninth p
1.08.3 prorens Schedule
1-0$ 3 2 A T e q Pra cess Schedule
{March 13, 2012 APWA GSP)
Revise this section to read: e A Progress Schedulno later
upon
The Contractor shall submit 3 copies e, a Type
path method (CPM} schedule, bar
than at the reconstruction confer be a critical rp other mutually agreed
submittal time. The schedule may
hich format used,
chart. or other standard schedule format. Regardless
Engineer will,eval ate the Type the
schedule shall identify the critical path.
15
Pro ress Schedule and approve or return the schedule for corrections within
g
calendar days of receiving the submitta .
1-Q8.4 Prosecution of Work
Delete this s replaceitiwith
se
Prcution of Work
1-08.4 Notice to Proceed a
(July 23, Lice APWA GSP) and filed by the Contracting
Nonceto Proceed wi}} be given after the cvn�rat has been executed and the contracted
bond and evidence of insurance have been approved
The Contractor shall not comment i hall commencekuilconstructioa activities
ctio f
the Noti
Agency. ineer. The Contractor
has been given by the Eng
s of the Notice to Proceed Date, unless otherwise
physical
on the project site within ten day shutdown or slowing
approved in writing.
The Contractor shall diligently pursue the work to the p Y
completion date within the time specified in the contract. Voluntary
operations b the Contractor shall not rel}eve�e contract. ntctor of the responsibility o
Of operate Y specified in complete the work within the time(S)
n in the Pians, the first order of work shall at o the described otion f hlgh visibility
e Contract.
When show shall occur after the
fencing to delineate all areas fenprote atdjacenteto the roadway
Installation of high visibility g shall request the Engineer to inspect
placement of
all necessary signs and traffic control devicestin accordance with 1-1 D.1(2 .
Upon construction of the fencing, the Contractor s
ANNUAL PIPE REHABILITATION PHA2 2 )
CITY OF FEDERAL WAY PROJECT #288
SP -38
CFW SPECIAL PROVISIONS VER. 2020.046
site until the Contracting
the fence. No other work shalt be performd on the as described n the Contractgency has
accepted the installation f high visibilityfencing,
(April 6, 2020 wSDOT GSP, OPTION 4)
The last sentence of Section 1-08. is revised t° read:
No other work shall be performed on the site Scribed itil the n Cont act, and a COVID- 19
the installation of high visibility fencing, as eared in accordance with Section 1-97.4(2)
Health and Safety Plan (CHSP) has been prepared
as supplemented in these specifications, COViD-19 Health and 'Safety Plan 4CHSPj.
1-08.Cm
5 Time for oietion
{IVavema
be0, 2018 ApWA GSP,
r 3OPTION
Revise the third and fourth paragraphs fallowing the Notice to Proceed Date.
Contract time shall begin ❑n the first working day
l the
act work is
Each working day shall be charged to the coonnract as it Occurs, has been granted alnd all then authorized
physically complete. if substantial corrIgiplo
working days have been used, charging of
working hatt shows the number of working days'.
Engineer will provide the Contractor a state specified for the physical completion of
(1) charged to the contract the week before; (2) s pof the
the contract; and (3) remaining for the physical completion
or whole day the contract.
Engineer
statement will also show the nonworking days and any partial
declares as unworkable. Within 10 calendar llegys after theed discrepancaes in of it eachstatement,
betConsidered
Contractor shall file a written protest of any g protest in
b the Engineer, the protest shall be in sufficient detail to enable the Engineer to
Y
ascertain the basis and amount of time disputed. By not filing such detailedp
that period, the Contractor shall be to work deemed10 hau sas va daing o ad 4 daccepted t sea week an4-110
correct if the Contractor is a roved
schedule and the fifth da of the wee fth da rl I of that weeka 4-10 lwill be�cordinar
hard ed as a wo kin
be char ed as a working da then the f
da whether or not the Contractor works on that da .
Revise the sixth paragraph to read.
The Engineer will give the Contractor wunder the contract have pletion date of the
been performed by
contract after all the Contractor's obligations
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 the contract and
uired by
2. The Contractor to furnish the Contracting documeacting Agen tontation aprocess final acceptance of
required by law,
the contract. The following documents emust be received by the Project Engineer
prior to establishing a completion
a. Certified Payrolls er 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
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (2020)
PROJECT #288
SP -39
CFW SPECIAL PROVISIONS VER. 2020 04B
e. Copies of the approved ,Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
ashington State
f. A copy of the Notice of Termination
the elapset to `30 calendar days
Department of Ecology (EcolagyJ; p and
from the date of receipt of the Notice of Termination by Ecology' y. This
no rejection of the Notice of Termination by the Construct an Stormwater General
requirement will not apply
Permit is transferred back to the Contracting Agency in accordance
with Section 8-01.3(16).
g. prope owner releases per Section 1-07.24
{March 13, 1995 WSDOT GSP, OPTION 7}
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 30 working days-
11-IL
ays.
1 48 6 $us ensign 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 e orrders for
21 calendar days after execution by the Contracting Age Agency
completion of the
all materials deemed critical by the Contracting Agency
purchaseof for the critical
contract. The Contractor shall provide
d sclose the ies purchase orderr date and estimated
materials. Such purchase orders shall
delivery dates for such critical material.
es in the
The Contractor shall show procureme do ProgesserSchials edule indicates d below as athe lt�materials
Progress Schedule. if the app
rOv if procurement are critical activities, and nriticaeV mater alsow withr has in the provided
21 documentationcalendar
purchase orders are placed f
days, then contract time shall be suspendeded
n physical materials completion of all critical work
except that work dependent upon the
Storm Pipe e upon
l materials to
Charging of contract time will reP executioneby the Contracting elivery of the aAgency, whichever
Contractor or 120 calendar days a
occurs first.
1-08.9 Li uidated lama es
({December 2, 2019 WSD(]T GSP, OPTION 3}
Section 1-08.9 is revised to read:
Time is of the essence of the Contract.
elara commerce, ceS and increase traveling
users
obstruct traffic, interfere with and Y
Delays also cost tax payers undruESUMS of
supervision.oney, adding time needed for
administration, engineering, inspection, a
Accordingly, the Contractor agrees:
. To pay liquidated damages in the amount of 7� 5[7JQo for each working ay
1
beyond the number of working days es
tatalished for Physical Completion, and
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (2020)
PROJECT #288
SP -40
CFW SPECIAL PROVISIONS VER. 2020.048
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
Agency has
When the Contract Work has
a ciprogressed
[ es, bath from the operational and sto the extent that the tafetynsgta standpoint, all
full use and benefit of the fant of
the initial plantings are completednt periads,alorVcorreet a}ncornerepa r
temporary substitute facilities, plant establishment
remains to physically complete the total Contract, the Engineer may determine the
actor in
Contract Work is sandal nompletionpDate. Foreoverrruns in Cer ontract acct time occurring after
the Contr
writing of the Substantial Comp
the date so established, liquidated damages shown above will not apply. For overruns in
ial
tion
Contract time occurring after he e bsenginee engineering related liquidated
tars assignable to shall
be assessed on the basis o the
project until the actual Physical ema remainingpletion Work as promptiy aate of ls possible. Upon request by
Contractor shall complete theg
the Engineer, the Contractor shall furnish a written schedule for completing the physical
Work on the Contract.
Liquidated damages will not be assessed
of liquidated damages will, lin any degree, release the
ch an extension of time is
granted.. No deduction or pay
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:ns are
4. Test resrllts and scale weight records
uti � eeach day's hauling 1NSDOT form 422-027, aSpaiema ps Dadlyd to
the Engineer daily. Reportinghall
Report, unless the printed ticket contains the same information that is on the Scaleman s
for
Dail Re ort Form. The scale o erator must row AM and/or PM tare wei hts
each truck on the rinted ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:rn
Scale Verification Checks — At the Engineer's h, hopper,
for platforms ale usedr n
verification checks on the accuracy of each batch, hopp
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 taccount,
be ome al partpof vCentractor's total a common c bid. al for How Bidders.ethe
All such dollar amounts a the actual amount
Contracting Agency doesh those est mates. Payment arrant expressly or by will be made ton the basis of the
of work will correspond with
amount of work actually authorized by Engineer.
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY
SP -41 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
1_OgMobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
s mobilization, field offices}: storage of materials,
Obtaining a site for the Contractor
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 agreement(s)
emeduration with
the project. The
Contractor shall provide the City with a copy g l property
costs associated with securing sites shall be included in the other bid items on the
project and no other compensation will be made.
1_og.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
l make a
nation based on
lump ion availablew+hetPojecthe jE gineer's deterect Engineer llmin ton of he c s`
isum beakn, t of work hall be
nformat
final.
Progress
payments for blytthEnr.will
based
upon
progress estimates prepared gineer. A progress estimate 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 ser the purpose of determining progress payments.
The progress are subject to change at any timprior to thecalculationof the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units
of work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump
sum breakdown for that item, or absent such a breakdown, based on the
Engineer's determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job
site or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work
as determined by the Engineer.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3
SP -42 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09A1 Disputes and Claims
(September 3, 2019 WSDOT GSP)
Sections 1-09.11 through 1-09.11(1)6 are replaced with the following:
Disputes and Claims
g a Contract, the Contractor shall pursue resolution through
When protests occur durin
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
Engineers written determination that the Contractors 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 estabiish a Disputes Review Board
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3
SP -43 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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.
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:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -44 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Be experienced in the interpretation of construction contract
documents.
2. Have attended training by the Dispute Resolutionyears. Foundation in dispute resolution within the last five y
3. Be experienced in constructior at on
Contract
dispute resolution
an Owner or ooettte��of ang responsibility
and authority eledisputes-
es
4. Be able to discharge their e facts and lc}ondt aimpartially
s related to
ons
independently, considering t compliance with the
the matters under consideration in strict comp
provisions of the Contract.
5. Not be a current employee of any party directly or indirectly
involved.
ee of any party directly or indirectly
g Not have been an employ period of one year of the
involved with the Project within a p
Contract Execution date. t for
7. Not have a financial on tterest he Board the Contract except
payments for se
Board Member Ongoing Responsibilities
While serving on the Disputes Review Board on this project: discussion
1 Board members shall not participate in any
the creation of an agreement or making an
contemplating directly or indirectly involved in the
agreement with any party fee-based Consuing
Contract regarding empl busir7ess ent rarran9ement after ltthe
services, or any other
Contract is completed.
2. Board members shall not officially give any advice to either
completely
party. The individual members will act in a
independent or business
manner
wconsulting
except for payments for
connections
services on the Board.
as
rmal
3. During routine meetings of the Ball rdrefrain ellfrom express g
hearings, Board members
te
opinions on the merits of statements of Board members eS on matters xpressed din
or potential dispute. fpma
private sessions with other Board members should be kept
strictly confidential.
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
CITY OF FEDERAL WAY PROJECT #288
SP -45
CFW SPECIAL PROVISIONS VER. 2020.046
4. The Board shall comply with the terms of the Contract and
enforce such terms consistent with the laws the
o Mate of
Washington. Board members shall not supplant
or ise
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 encs, orr allocat orn of ririisk,oestabi shed by the
r undermines the
intention, require
Contract.
ract, if
d members become
5, Throuaware f p tential conflicts of the life of the interest, tBheyrshall be disclosed to
aware of potential
the parties immediately.
Establishment of the Board
actor shall meet The Contracting Agency and o tr Boa d nominees. Iftthe hPay item,
Contract time to jointly select
"Disputes Review Board"is meet Aby change 0
gency and Contractor shallto refect Board nomineesrder, the oaftertthe
change order is processed.
The Contracting Agency andt directlytrand rindishall
ctly indvolvedwith the
ard
nominees a list of the firms
Project, including, but
firms not onsuflimited
tants,designers,
professional service partners, subcontractors and
� personnel of each.
suppliers, along with a listing of key p
tor
Board nominees shall
i Iprovide to Contracting
witthin 21the
calendarcdaysnof nom ationn. Agency
Board
the following informat
Of
nominees that are included
Prequalified DRB Candidatethe Washington aRosDterp" will not be
Transportation ,Statewide
required to submit resumes.
1. Resume showing:
a. Full name and contact information
b. Experience qualifying the person as a Board member as
outlined in the Board Member Qualifications
subsection of this Special Provision.
c. Previous Board participation, if any. List each Board
assignment separately, indicating the name and location
of the project, approximate dates of Board service, name
of Contracting Agency, name of Contractor, names of the
number of
other Board members and the approximate
disputes heard. When previous t Board aithe Prospective
rience is
Board
extensive, the list may
Board member's discretion.
ANNUAL PIPE REHABILITATION PHASE
02
CITY OF FEDERAL WAY PROJECT #288
SP -46
CFW SPECIAL PROVISIONS VER. 2020.046
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
Boardirectly memberindirectly
or by the f rm involved b
Bo to which the prospective
Board member is directly employed.
C. Previous, current, or future financial ties to any of the
parties directly or indirectly involved.
d. Previous or current personal or professional
relationships
laor iion hips
with a key member of any party directly
ctly
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 dis losure
statements from the Board nominees, the Contracting Agency
and th
Contractor shall review and jointly agree on the final selection of the three
members to serve on the Board. In the event e process any of the shall rbe
nominees are not acceptable to either party, th
repeated until all positions are filled.
The Contracting Agency, then the first Board the meeting. The Threeoard shall execute -
Party
Agreement not later tha
Party Agreement form (WSDOT Form 134-491) 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 eyhai gton
reviewed and deemed potentially acceptable
by State Department of Transportation {WSDOT}. This list of potential
Board le from
theatWSOOTreHealdqua terse Construction d DRB Candidate oster, is
Office
available from at
website
f b
http s: f f www.wsd ot. wa . g ovu s i ne s slco nstru ct i o of d i s p ute -rev i ew-
boards Either party may propose a Board nominee that is not on
the WSDOT list. In either case, Board nominees roust comply with
the requirements of the Board Member Qualifications, Board
Member Ongoing Responsibilities, and Establishment of the
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (2020)
PROJECT #288
SP -47
CFW SPECIAL PROVISIONS VER. 2020.046
membercial
must the deemed apcceptable vi Pro, and every Board
Boarboth he Contracting
Agency and the Contractor.
Replacement or Termination of a Board Member
Procedures for terminating Board members are defined in The
Three -Party Agreement.
Disputes Review Board Procedures — General
The Board, Contracting Agency, and Contractor
ent the ally develop
Party
rules of operation of the Board that supe
Agreement. Such supplemental rules must be in writing and accepted by
the Board, Contracting Agency, and Contractor.
The Board members shall act impartially and independently in the
consideration of facts and conditions surrounding any dispute presented
by the Contracting Agency or the Contractor and that the
recommendations concerning any such dispute are advisory.
The Contracting Agency and the Contractor shall furnish to the Board
documents in accordance with the Three -Party Agreement.
Regular Disputes Review Board Meetings
All regular Board meetings will be held at or near the job site. The
frequency of regular meetings will be set by mutual agreement of the
Board, the Contracting Agency and the Contractor. Each regular meeting
is expected to consist of a round table discussion and a field inspection of
the project site. A member of the Contracting Agency and Contractor are
expected to jointly facilitate the round table discussion. Round table
discussion attendees are expected to include selected personnel from the
Contracting Agency and the Contractor. The agenda for each meeting will
be managed by the Board.
Standard Procedure for Consideration of Disputes
Dispute Referral
Disputes shall be referred in writing to the Board chair with a copy
concurrently provided to the other Board members and the other
party.
1. The dispute referral shall concisely define the nature
and specifics of the dispute that is proposed to be
considered by the Board and the scope of the
recommendation requested. This referral is not
expected to contain a mutually agreed upon statement
of the dispute.
2. The Board chair shall confer with the parties to
establish a briefing schedule for delivering prehearing
submittalslrebuttals, and a date, time, and location for
convening the Board for a hearing.
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -48 PROJECT #288
CFW SPECIAL PROVISIONS VER 2020.046
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.
2. Both position papers shall, at a minimum, contain the
following:
a. A mutually agreed upon joint statement of the dispute
and the scope of the desired report being requested of
the Board, placed at the beginning of the papers. The
language of this joint statement shall summarize in a
few sentences the nature of the dispute. If the parties
are unable to agree on the wording of the joint
statement of dispute, each party's position paper shall
contain both statements, and identify the parry
authoring each statement.
b. The basis and justification for the party's position, with
reference to Contract language and other supporting
documents for each element of the dispute. In order to
minimize duplication and repetitiveness, the parties
may identify a common set of documents that will be
referred to by both parties, and submit them in a
separate package.
3. If requested by the Board or either party, the Contracting
Agency and the Contractor shall each prepare and submit a
rebuttal paper in response the position paper of the other
party.
4. The number of copies, distribution requirements, and time for
submittal will be established by the Board and communicated
to the parties by the Board chair.
Disputes Review Board Hearing
1. The Contracting Agency will arrange for or provide hearing
facilities at or near the project site.
2. Attendance:
a. The Contracting Agency and the Contractor will have
a representative at all hearings.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SP -49 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
b. The Contracting Agency and Contractor shall both
limit attendance at the hearing to personnel directly
involved in the dispute and participants in the good -
faith negotiations that were conducted prior to
submittal to the Board except as noted elsewhere in
this section.
c. At least 14 calendar days before the hearing, each
party shall provide a list of proposed attendees to the
Board and to the other party. In the event of any
disagreement, the Board shall make the final.
determination as to who attends the hearing.
d. Attorneys shall not attend hearings except as follows:
i. Attorneys are identified as such on the list of
proposed attendees;
ii. All parties desiring their attorney present are able
to do so.
iii. Attorneys shall not participate in the hearing,
unless the scope and extent of Attorney
participation is mutually agreed to by the
Contracting Agency, Contractor and the Board at
least 7 calendar days before the hearing.
e. For hearings regarding disputes involving a
Subcontractor, the Contractor shall require and ensure
that each Subcontractor involved in the dispute have
present an authorized representative with actual
knowledge of the facts underlying the Subcontractor
disputes.
3. A party furnishing written evidence or documentation of any
kind to the Board must furnish copies of such information to
the other party and the Board a minimum of 21 calendar days
prior to the date the Board sets to convene the hearing for the
dispute, unless otherwise mutually agreed to by the parties
and the Board. Either party shall produce such additional
evidence as the Board may deem necessary and furnish
copies to the other party prior to submittal to the Board.
4. The conduct of the hearing shall be established by the Board
and be generally consistent with the following guidelines:
a. The party who referred the dispute to the Board shall
present first, followed by the other party.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02
SP -50 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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.
d. Either party may request that the Board direct a
question to, or request a clarification from the other
parry. 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.
5. After the hearing is concluded, the Board shall meet in private
and reach a conclusion supported by two or more members.
Its findings and recommendations, together with its reasons
shall then be submitted as a written report to both parties.
The recommendations shall be based on the pertinent
Contract provisions, facts, and circumstances involved in the
dispute. The Contract shall be interpreted and construed in
accordance with the laws of the State of Washington.
Failure to Prepare a Pre -Hearing Submittal or Attend a
Hearing
in the event that either party fails to deliver a pre -hearing submittal
by the date established by the Board, the Board shall, at its
discretion, determine whether the hearing shall proceed as
originally scheduled, or allow additional time for the submittal
and/or reschedule the hearing. On the final date and time
established for the hearing, the Board shall proceed with the
hearing utilizing the information that has been submitted.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHAS02 3
SP -51 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
ing
ncy
In the event that representatives at the nt d t me Ofthea hear ng
or the Contractor fail to appear hearin until such time as
the Board shall postpone the g
representatives from both parties are available to proceed with the
hearing -
Use of outside Experts encs or the Contractor:
1 By the Contracting Ag
A party intending to offer an outside expert's analysis
at the hearing shall notify the other party and the
riot to
Board in writing no less thanthe calendar eari ng ys prior to
the due date for delivering
and provide the following disclosure:
art's name and a general statement of
i. The exp his
the area of the dispute that will be covered by
or her testimony.
M -
ii. prepared by the proposed expert
A statement requirements
which add�of thees eBa(°
ard subsection of this
Establishment
Special Provision, item 2.
A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
b. Upon receipt of the disclosure, the other party shall
have the opportunity to secure the services of an
outside expert to address or respond to t de expert•
e issues
that may be raised by the other party's
The notification and disclosure shalt
the samasthaPcfedelsewhere in this section,
except the time requirement is 21 calendar days.
2. By the Board:
d by the Board and subject to approval
a. When requeste
of the parties, outside experts , th
ay be needed to
ert
assist the Board. be
deem daathorized to usurp side pth
shall in no way b issue the Board
Board's authority to
thorrty shall remain vested
recommendations. Such au
solely in the Board.
all
b. Prior to arranging for outside experts, the Boards and
obtain prior approval from the Contracting Ag
the Contractor by providing:
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
CITY OF FEDERAL WAY PROJECT #288
SP -52
CFW SPECIAL PROVISIONS VER. 2020.046
CITY OF FEDERAL WAY
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 the), will provide.
iv. A statement prepared by the proposed expert
which addresses the requirements of the
Establishment of the ward subsection of this
Special Provision, item 2.
v. A statement prepared by the proposed expert
which identifies the experience and training which
qualifies them as an expert.
vi. A confidentiality statement, consistent with the
confidentiality obligations f theexecoarduted byibed
he
in the Three Party Agreement,
proposed expert.
Disputes Review Board Report
The Board'srecommendations esll formalized written
report signed by all Board recommendations shall
ions and the
s and
be based on the Contract
dispute. The repo shaUld intclude a
circumstances involved in ch Position,
findings
of facts 'fthe dispute, disc. statements fea ussion and rationale for
findings as totThe repo
the recommended concurrently to the partieation(s), and the s as soon as possible
shall be submitted
after completion of the hearing as agreed by all parties.
rification of a report within 14 calendar
Either party may request cla
days following receipt of the wasclarrf'aation to both parties.
time. the Board shall provide
Board and the
l be simultaneouslyother party. fitted in writing
Requests for clarification
simultaneously to the
Either party may request reconsideration of a report, provided:
The request is made within 14 calendar days following
receipt of the report, and
New information is obtained or developed lthate porno s
known at the time of the hearing o
opinion, the Board misunderstood or failed to consider
pertinent facts of the dispute.
2.
ANNUAL PIPE REHABILITATION PHA202
PROJECT #288
SP -53
CFW SPECIAL PROVISIONS VER. 2020.046
Requests for reconsideration shall be submi teddBoard i g
simultaneously to the Board and the other party.
Thegive the party not requesting reconsideration the option of
submitting are buttal to any information reconsideration. on. The Board tshallhat tsp provide basis the
request for written
response to the request for reconsideration.
Acceptance of Disputes Review Board Recommendations
v ithin 30 calendar days of receiving the Board's report, ar 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 isuldpe unresolved.
though both
lace we ght upon the Board recommendations.commel
parties shndations. the
recommendations are not binding.
If the Board's assistance does not lead to resolution of the dispute,
the Contractor must file a claim according to Section 1-Og.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 tioned list t of Ilmited to I lg atio a
documentationshall betrcconsidered T all
aforeme
inclusive.
Payment for the Disputes Review Board
The Contracting Agency and Contractor shall share equally in the cost of
the Boards services and all operating expenses of the Board. The Board
members' compensation shall be in accordance with the Three Party
Agreement. After the Contractor and Contracting Agency review invoices
from the Board and other operating expenses of the Board, the
Contractor shall make full payment for ail Board members and Bothe
rd
operating expenses. The Contracting Agency item
Contractor for fifty percent of such payments, under the pay
"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
from the
with the
Contractor after concurrence from the Board and approval
Contracting Agency. Invoices for these services shall befor fitted by the
expert to both the Contractor and ContractinAgency
nces in full, and the
both parties. The Contractor shall pay approved
Contracting Agency will reimburse the Contractor for fifty percent of such
payments, under the Bid item "Disputes Review Board".
ANNUAL PIPE REHABILITATION PH(2S o)
CITY OF FEDERAL WAY
SP -54 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.04B
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.
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 Contracting Agency
to have timely access
to any records permit the
by the Contracting Agency assist n
evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13 3 Claims 250 000 or Less
{October 1, 2005 APWA GSW}
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: to be by the
The Contracting agency andand judgment r mutually
o u lh aaward rendered by the
decision of th
ANNUAL PIPE REHABILITATION PHA502
CITY OF FEDERAL WAY
SP -55 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
arbitrator may be entered in the Superior Court of the coon in which the
Contractin A enc 's headquarters is located rovided that where claims sub ect
to arbitration are asserted against a county, RC W 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 CONTROL
1-10.1 General
1-10.1 2 Descri tion
(April 12, 2018 CFI' GSP)
Section 1-10.1(2) is supplemented with the following:
Business Open During Construction Signs
The Contractor shall provide a "Business Open During Construction" sign at every
non-residential driveway approach within the project limits. Business Open During
Construction Signs shall be considered Construction Signs Class A.
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide five (5) project signs (4' x 8') per the detail available
from the City. The Contractor shall be responsible for providing sign posts,
installing and maintaining signs. The Contractor shall also be responsible for taking
down the signs upon completion of the project and returning the signs to the City.
1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017 WSDOT GSR OPTION 1)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is
recognized in the State of Washington. The Traffic Control Supervisor shall be
certified by one of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -56 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
1-i D.2 2 Traffic Control Plans
(April 92, 2098 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during
the construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided
in these Contract Documents, the Contractor shall provide traffic control plans
to the City of Federal Way for review and approval a minimum of five (5)
working days prior to implementation. These plans shall supplement
Construction Staging Pians. 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.Z 3 Conformance to Estabtished Standards
(February 3, 2020 WSDOT GSP, OPTION 9)
Section 1-10.2(3) is revised to read:
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 (PRCWAG): https://www.access-
board .gov/g u idlines-and-standards/streets-sidewalks/public-rig hts-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
AASHTL 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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA(2020)SE
SP-57 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
16 crash test
manufactured atter December 31, Safe y Hardwarepi(MASH iant h the
2cra edition
ma Safety
of the Manual for Assessing Agency, except as follows:
requirements, as determined by the Contracting Ag control device does not exist
1. In situations where a MASH 16 compliant traffic
traffic control device manufactured after
and there are no available traffic cconttrol devices that were manufacture on
or before December 31, 2019, then:350 or
December 31, 2019 that is compliant with eHa ware SMASt
H C)9) is allowed
edition of the Maoval of the Engineer. Safetyual for Assessing
for use with app
anufactured on or before
2. Temporary traffic control devices that were tested to National Cooperative
NCHRP) Report 350 or MASH 09 may continue
December 31. 2019, and were s
lly
Highway Research Program
to be used on W SDOT projects throughout their normal service life. ones,
3. Small and lightweight channelizitog posts, and plastand delineating ic drums,ishallmeet,the
tubular markers, flexible delinea p or MASH 1B, as detenn
ined
fequirements of either NCHRP 350, MASH 09,
by the manufacturer of the device.
determination of crashworthiness
Elie signals, area lighting supports, and
4 p, facceptance ptance of trailer -mounted devices
such as arrow displays, temporary traffic
is currently not required•
portable changeable message signs or marginal
Guidelines far Temporary Traffic Control Devices,
The condition of signs and traffic control devices shall be acceptable' er. The
as defined in the book Quality G by the Engine
n the condition of a sign or traffic control device shall be
and will be accepted based on a visual inspection e unacceptable shalt be
Engineer's decision Q
final. A from artraffic control
oand repllaced within ermined
hours of notification.
removed from theproject
1-10.3 Traffic Control Labor Procedures and Devices
1-10.3 1 Traffic Control
abor
(Feb 3, 2020 CFW GSP)
Section 1-10.3(1) is supplemented with the following:
off -Duty Uniformed Police Officer b the
-du uniformed police officer will be re otherw seedeehmedgnecessary by in
Off-duty
flashing mode or is not operational Or when
Project Engineer.
Contractor shall coordinate and obtain approval for the use of orf -duty police officers
Engineer. Off-duty police officers will be� �} bear aiddit a to all other
with the 9 police officer
hours for any shift worked. The off-duty
personnel required for traffic control. are the City's
The Off-duty uniformed police officers hours. as stated in the proposal
e. without knowledge of the contractor`saspecif method
for all bidders.d
esbmat purpose of providing common
has been presented for the perp
ANNUAL PIPE REHABILITATION PH2020)
CITY OF FEDERAL WAY PROJECT #288
SP -58
CFW SPECIAL PROVISIONS VER 2020.046
erl scheduling of off-duty officers. Contractor
schedule officers when Possible.
Contractor is responsible for the prop Y
shall provide a minimum 48-hour y ha ges assessed due to insufficienttimein
Contractor shall be responsible for y
ide of the Gontractor's co
canceling off-duty officers, except in situations outs
Below is a list of optional resources for securing off-duty officers.
Off -du Officer Resource List
Federal Way Police department
King County Sheriff's Officers
Washington State Patrol Officers
(253) 835-6701 or (253) 835-6700
(206) 957-0935 ext 1
(425)401-7788
1.1 Q,3 1 Traffic Control Labor
(December 2, 2010 CFWG SP)
with the following: uniformed police
Section 1-10.3(1) is supeof off-duty
The City shall reimburse the Contractor for theper Standard Specifications 1-09.6
officers at the invoiced cost with no mark-up
Force Account.
al system is in
Off-duty
uniformed police officer will be required errwiseede the
mednecessary by the
flashing mode oris not operational or when ❑
Project Engineer.
253 835-6701 or (253) 835-6700
Federal Way Police Officer Requests (253) 835-6851
SaturdaylSunday cancellations
Federal
When
scheduling off-duty uniformed police officers
fivers must befcon acted fi first"
city of Federal Way Police Department (CFWPD)King County Sheriffs Officers or
If CFWPD cannot fill the jab, off-duty
State Patrol Officers are allowed r a pe m sisriontt ew i k extra duty
ty of Federal
Washington
Way but must receive the CFWPD Chief'sprior
or private companies are
work within the Gity of Federal Way without
and fill the Contractor's request. No other agencies
authorized to perform off duty
ct-s ecific approval from the CFWPD Chief or their designee. Lynette Alen
prate p
(253)835-6701-
The use of off-duty uniformed police office
Of Federal Way Police department's guidelines
shallbebDll�sccordance with the City
ntire
uration of
as it was
he
The Contractor will be billed for ontractor drequested an officer for8 hours fo
requested. For example, if th
and the job was completed in 4 hours, the Contractor will still be billed
e uest for off-duty police officers.
the entire 8 hours. A minimum of three (3) hours call out time shall e e
paid by the Contractor far each q
If a job is cancelled with less than imum. It no
If be Cthe trContractlor's
required to pay a 3 hour mmi
responsibility to arrange a work sch ul oormcalinlout areqadditional
i emen requirement.
costs
ll be alloweo
incurred by the minimum three ()
reimbursement of any portion of the minimum callout wi
ANNUAL PIPE REHABILITATION PH SE 3
CITY OF FEDERAL WAY PROJECT #288
SP -59
CFW SPECIAL PROVISIONS VER. 2020.046
where Contractor -made schedule revisions occur after an off-duty officer
has been procured.
The Contractor's request for a police officer does not
and ill
get one. The Contractor must provide the date(s), times, }ante o
other details of their request and the CFWPD will put the lob out.to the
officers. Whether an officer signs up far it depends on many
especially their availability on the day requested. The more advance
notice provided by thl Contractor,
minimum of forty-eight (48) hours e more likely it is that the job will
shall be made a
filled. Requests before
the use of the off-duty police officers on the project site.
The officer usually arrives at the extra duty job in a police car.
• officers cannot work extra duty jobs in plain clothes; they must wear their
police uniform.
if a major emergency occurs, the off-duty officer may be pulled from the
lso get pulled off the job if he/she is required to
project. An officer may a
appear in court.
eaks and lunch according to the Federal Labor
officers must be given br
Standards Act (FLSA).
1-10.4 Measurement
1.10.41 Lum Sum Bid for Project No Unit Items
(August Z 2054 W'S[]O'T GSP, opTION 1)
Section 1-10.4("1) is supplemented with the following: Traffic Control", lump sum.
The proposal contains the item "Project Temporary
The provisions of Section 1-10.4(1) shall apply -
1 -10.5 Payment
1-10.5 2 Item Bids With Lum Sum for Incidentals
with the
Replace Construction Signs ninth hClass K,
per u p sum.
G
END OF DIVISION 1
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY 20)
PROJECT #288
SP -60
CFW SPECIAL PROVISIONS VER. 2020.04B
DIVISION 2
EARTHWORK
2-017,RU15BINg. AND[ IDE1=AN P
'2.01.1 Descri tion
(March 13, 1995 WSDGT 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:
shown on the plans. Clearing shall
Limits for clearing & grubbing shall be as
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 Re uirernents
2-01.3 3 Ciearin ence
(April 12, 2018 CFl.'rmit FW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4 -feet high, orange, high density polyethylene
fencing with mesh openings 1'/z -inch by 3 -inches nominal and weigh at least T
oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall
have minimum dimensions of V.? inches by 1'/z 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 postsac 9 equivalent strength and of the support posts shall bbending max mum of 6% feet.
sizes listed. The spacing
p9
2-01.3(4) RoadsideCleanu
(January 5, 199a 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
ere unavoidably damaged due to the performance or
adjacent landscapes That w
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall hbe Standarddance Specif cations olro Special
e in a
and 9-15 and other applicable sections o
provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and othContractor- shallllrreview theapplicableworktions of the Standard
wth the Engineerand
Specifications. The
receive approval to proceed prior to commencing the work.
2-01.4 Measurement
{April 12, 2098 CFW GSP}
Section 2-01.4 is supplemented with the following:
"Clearing and Grubb o l o Il be the Clearing asured on a l
ng Limit Fence shallbe included in the Clearing
sum basis. Installation,
maintenance, and removal
and Grubbing bid item.
"Roadside Cleanu a' , will be measured by force account.
ANNUAL PIPE REHABILITATION PHAUZU)
CITY OF FEDERAL WAY
SP -61 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
2-01 LPAYMent
(April 12, 2098 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearin nd Grubbi, lump sum.
"Roadside Cleanu " force account.
2-02 1EM VA DF STR CTURIES AND OgSTRIlCTIDNS
2-02.1 Description
(September 30, 199b WSDOT GSP, OPTION 4)
Section 2-02.1 is supplemented with the following:
The Contractor is advised that asbestos may be present on this project.
2-02.3 Construction Re uireMents
(February 17, 1998 W'SDOT GSP, OPTION 9)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The Contractor shall remove and dispose of all items shown in the plans and other minor
wing partial list of items to be
items necessary to complete the work. The follo
and disposed of is provided for the convenience of the contractor. The contractor shall
removed
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
ITEI►AS TO BE RI=MI7VED
FOLLOWING:IS NOT LiMiTED TO
STATION I
OFFSET
27620 25TH DR S
28627 26TH AVE S
REDONDO WAY S
24_04S 296TH PL
i� 20TH APES & S
22822ND ST —
29225 2ND AVE
SW —
ITEM DESCRIP I tura
THE
QUANTITY
Remove 12" Concrete Storm
12 LF
Pip—
_Storm 1
Remove 12" Concrete
30 LF
Pipe
Remove 30" CMP
—— —�32
8 LF —_
— ------
Remove 30 " CMP
LF _
— +-4LF
Remove 8" Concrete Storm
_
Pipe —_ — —
_. Remove 12" Polyethylene
8 LF
Pipe--1—--—
Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are
included in the "Roadway Excavation Incl. Haul" bid item.
2 02.3 Construction Re uirements
2-02.3(3Removal of Pavement Sidewalks Curbs and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
th sawcut to
Prior to rehevalreasp
ofpavementremovalofromalthoseeareasl of ppavement to
delineate
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 020)
SP -62 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020 048
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, gurs,
"Roadway Excavatthin the ntire ion incl. Haut" ineacc❑rda cct limits e lwiitth
measured and paid s
Section 2-03.
2-02.3(4) Removal of praina a Structures
{April 92, 2098 CFW GSP)
Section 2-02.3(4) is a new section:
Where shown in the Plans or where designated nd t aEngineer,
other drmage features
shall remove existing catch basins, manholes, pipes,
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
f the catch
e, or Other
drainage
es incidental structures.
Satwcuts shall be the in accordance with Section 2} 02 of these
drainage structu
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 accordancewith Section 7-05. Backfilling of a structure to be
to the construction and installation of the
replaced shall be considered incidental
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 CIF in e accordance e th considered indentaifand
the
Standard Specifications. Plugging pipe shall b
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.
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SP -63 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
x -0x.3 5 A(!'ust Eyistis� Utiiit to Grade
SSP) catch
(April 12, 2048 CFW usted to
2-02.3(51 is a new secttiOn: existing utilities such as monuments, manholes,
As spawn in the Plans and meter boxes shall be
aany work.
rates, water valves, inning
basin frames and g
riar to the be
finished grade. The Contractor shall, Plocations. The Contractor shall adjust
familiarize himself with the existing utility
rior to paving the
Final adjustment shall be smoothutilities fp4ush with finishedd
City -awned utilities. Fspecial Provisions an
provided for in the Sp oordinating the work
grade. The Contractor
� helrwi5ek pthe location of
dna
new surface. Un1e utilities to grade,
Proposal, casts for adjusting
Prop
.. s shall be incidental to the various items of work an
with other utilitie in the
additional compensation will be allowed, rade as shown
adjusted to the finished bogx, ring, grate, and cover
Existing facilities shall be eCi rade.
s and as further specified herein. Existing to the
Drawing ions. Any damage occurring due to
a careful and workmanlike manner to conform to the ne
shall be reset In , erase.
trete inlets, monument Gases, valve boxes. or water mom
Special care shall be exercised In all oPatir, at the Contractor's own exp
manholes, con shall be rep or cement, and the
the Contractor's operations, bricks, concrete t31DGks, All covers and
Adjustments shall be made using responsible for
f the manhole adjustment dh The eCont actor shall thenholes, catch
interior o hl cleane
record of such references of a m
frames shall be tharoug Y
referencing and keeping a and valve boxes encountered, and steal
basins, monument cases, meter to the ineer-
submit a COPY of these references to the Eng valve boxes
monument cases, meter boxes, and
catch basins, Final restoration
The manholes, manner:
dusted to grade m acCorda farm d inter following
wing to
shall be adjusted
of finished grade surfaces shalt bprovide a 6 -inch -deep and 6 -inch -wide concrete
1. Within a Gravel Surface:
collar installed
and restored with 3 inches of crushed surfacing op
course. to Course backfin and
2_ Within a Grass Surface: A oa seed,teed surfacing P standard
3'inches Of Topsoil Type
n Asphalt Cement Concrete Paved Surface: See City
3, Witail a Adjustment.
detail for Utility
2-02 3 g Existin
Utilities to Remain orted in place in
(April 12, 2048 CFW protected and supe
2-02.3(0) is a new section: Utilities indicated to remain
shall be repaired Or replaced to the
Utilities indicated it the Pear in functional and un to damaged.
such a manner that they at c additional cost.
that are damaged as a result Of encyaGtor s activity
satisfaction of the Contracting g
2-)2.4 uracarst(2020)
ANNUAL PIPE REHABILITATION PHT #288
PROJEC
CITY OF FEDERAL WAY SP -64
CFW SPECIAL PROVISIONS VER. 2020.0413
(April 12, 2018 CFW GSP)
shalt be deleted and replaced with the following:
Section 2-02.4'�acant removal.
2"02'4 Measurement be measured by the linear foot for pavement
Sawcufiting per lineal foot.
"Remove Existing Storm Sewer Pipe" will be measured
2"02.5 Pa ment GSP} bid items
(April 12, 2018 CFW
Section 2-02.5 is suppiemented with the following:
will be made in accordance with Section 1-04.1 for the following Excavation Class
payment Structure
when included in the proposal: sum -
•Removal of Structure and Obstruction", lump
the removal included in this bid item
B forl of items shall be considfor utility and stormwater
,,Sawcutting" per linear foot. Sawcutting necessary
installation are incidental to the measurement and payment of those contract
items.
"Remove Existing Catch Basin", per each.
"Remove Existing Storm Sewer Pipe", per linear foot.
TEMBA K
2-03.2 Pavement Removal
(Apri)12, 2018 CFW GSP)
Plans or where designated by the Engineer, the Contractor shalt
Section 2-03.2 is replaced with the f°Ilawing: pavement, sidewalks and curbs.
Where shown in the P of
remove asphalt, concrete, Portland cement concrete p ineer shall approve
e Contractor shall make a full -depth s;, The Engineate the area -,from
Prior to removal,
the avement to
pavement removal from those areas of p stream or storm sewer system -
d procedures used to make the f � areipth sawcut. Nom sewer wastewater
the equipment an
the sawcutting operation sl -,ail be released direect ctly to for pavement removal,
Alternatively, the Contractor may
appropriate.
ent shall become the property of the Contractor and shall e
The removed pavem portions of the pavement to remain, due to
Damage caused top the Contractor at the Contractor s
removed from the project, enation, shalt be repaired by
the Contractor's op
expense and to the satisfaction of the Engineer.utters throughout the project shall be
Removal of pavement, sidewalks,
curbs, and g went will
and aid as "Roadway Excavation Incl. Haul" and no additiona pay
measured a p
be made.
2,03 3 Construction Re augments
Section -2018 CFW GSPj Selerted Material
(April 12, lamented with the following:
Section 2-03.3(10) is supe
ANNUAL PIPE REHABILITATION PH 202 )
CITY OF FEDERAL WAY PROJECT #288
SP -65
CFW SPECIAL PROVISIONS VER. 2020.046
ngineer
Selected Material when specifiedor required
specified enE Section f9r03 03.14(3)use
tfor
project shall meet the requirements
Common Borrow.
Section 2-03.3 14 G Backfilling
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following: tions p
rior to
Remove all water and
non compatible embankment soil• Place evanative soils or
backfilling or attempting to compactthe Backll all
provide import Gravel Borrow as rrequire
q 3(14)C Compacd to ting EarthrEmbankmf�ents.
embankments in accordance with
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 Wets woeathn mer ae exposure r under eto wet dweath: shall. ach
accomplished in small sect-Ionsoil and of
section shall be sufficiently small so that the removal of soil shall be eft tun
backfill can be accomplished on the same day.ion shall be
compacted and exposed to water. Soil
that at is toomatewet for al. Gras mpand earthwork
removed and replaced with GraVeleriods of heavy continuous rainfall.
should not be accomplished during p
2-03.4 Measurement OPTlDIV 2J
(March 13, 7995 WSDOT GSP,
Section 2-43.4 is supplemented with the following:
ation Only one determination of the original ground
Measurement for roadway excavation and
embankment willl be based on l be made on tt le origprojinal
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.
ns of
Earthwork quantities will be computed, either
e end aaela meor thod or electronic
by the finite element
processing equipment, by use of the aeg
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidders inspection,
before the opening of bids, at the Engineer's office and at the Region office. furnished
Upon award of the contract, copies of the the Engineer. lground cross-sections will be
to the successful bidder on request
(April 12, 2018 CFW GSP)
Section 2-03.4 is supplemented with the following: for
iits ay
If the Contractor excavates outside the excavat neat -tine it shalslbeacoasidered for the
Excavation, Incl. Haul" or performs extra
Contractor's benefit and shall be included in the cost of other Bid Items.
ANNUAL PIPE REHABILITATION PHASE
02 )
CITY OF FEDERAL WAY PROJECT #288
SP -66
CFW SPECIAL PROVISIONS VER. 2020.048
2-03.5 PamE!nt
(Apra 12, 2018 CFW eSmented with the following:
Section 2-03.5 is supe
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 WSDDT GSP, OPTION 2)
Section 2-03.5 is supplemented with the fallowing:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2-09 STRUC URE ?(CAVA I©N
2-09.3 Construction Requirements
2_09.3 1 General Re uirements
{March 17, 2020 CFW GS)
Section 2-09.3[1) is supplemented with the fallowing:
All shoring, including sheeting aid or perform and Ipaotect thecex as alt on I and to
worker protection system re
q
safeguard the personnelwho , feet orbmore
y the
Contractor, if workers any trench or other excavation four
in depth that does not meet ethe
orpd Pit requirements as generally set forth in
Section 2-09.3(3)B, it shall
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work,
or di Contractor
t the Eng n meove r. all shoring, unless
otherwise shown on the il
The Contractor is advised that ro be, Contracting t each excavatonency as not so system safety expert and
the Engineer does not purport
not so engaged in that o enforce const ruction Contract,
laws, neither t
city under this rulesreglat ons,r+or
nor the responsibility t
of work for claimed violations of trench
procedures, or to order the suspension
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
ake the Contracting Agency responsible for the
inspection shall not m
enforcement of such laws, rules,
responsible regulations,
for pro
constructionceduresnmea sll' s methods,
the Contracting Agency
techniques, sequences. procedures, or for the Contractors failure to properly
perform the Work necessary for proper trench excavation.
2.09.3 1 p pis oral of Excavated Material
{March 17, 2420 CFW GSP}
Replace the third paragraph with the following:
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -67 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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-t19 3L E Backfitii g
(April 12, 2018 G1 -VV uSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structuresof and Removalc ental to
Structures and Obstructions shall be a necessary part
the excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
g-09.3gi Construction Re uirements Structure Excavation Class A
2-09.3(3)F Trench Safety 5 terns
{March 17, 2020 CFW CSP}
Add the following new subsection:
e all materials, labor, and equipment
The Contractor shall provid
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 xcator anon
shall be shored as provided in Section 2-09.3(4).
The 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 (2-112) 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 ANNUAL PIPE REHABILITATION PHASE
0)
SP -68 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 Pa rill —en t.
{March 97, 2020 CFW GSP}
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 shoring, 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 GSP)
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 ANNUAL PIPE REHABILITATION PHASE
0)
SP -69 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FRCDM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-011.40) Ac uisitian 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 ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -70 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
DIVISION 4
BASES
gr04.3 Construction Re uirurn, s
4-04.3 31 MtxIn material will
(April 12, 2018 CFW urn,
placed with the following:Surfacing
Item 2 of Section 4_04.3(3), is rep
2. Road Mix Method -The road mix method of mixing
not be allowed.
4-04.3
placin and S readin
(April 1z, 2018 CFW GSP] surfacing material will
item 2 of Section 4-04(4), is reel Theed 'r� d mixomethod of mixing
2. Road Mix Method The
be allowed.
404 5 Pa meet acting,
(April 12, 0475 CFW GSP} shall also include comp
Section 4-2415 is supplemented with the following:
waste when required by the Engineer.
The unit contract price for 6oa4last and Crushed Surfacing
and removing and hauling
END OF DIVISION 4
ANNUAL PIPE REHABILITATION PHt� 20)
3
CITY OF FEDERAL WAY SP-7`1PROJECT #288
CF W SPECIAL PROVISIONS VER. 2020.046
DIVIsi0N 5
SURFACE TREATMENTS AND PAVEMENTS
_4 i P T
{���� '1g, zplg gPWA CS�'j halt and replace it with the following:
Delete Section 5-04 and amendments, Hot Mix Asp
5-04.1 ❑escri tion providing and placing one or Jance more layers of planec ficatiomixed ns and
}
This Work shall consist of base in
HMA on a prepared foundation or ass sections shown inithe Plans. th these The manufacture
asphalt (HMA) typical rocesses in accordance with these
the fines, grades, thicknesses, and sphalt (WMA) p
of HMA may include warm organic additives, chemical additives, and foaming.
Specifications. WMA Processes include
halt binder and mineral materials as may be required, mixed in
as
HMA shall be composed of p eneous, stable, and workable mixture.
the proportions specified to provide a homog
5.04 2 Materials sections:
Materials shall meet the requirements 9 02 1(4) wing
Asphalt Binder
halt 9-02.1(6)
Cationic Emulsified Asp 9-02.4
Anti -Stripping Additive 9.02.5
HMA Additive 9_03.8
Aggregates
Recycled Asphalt Pavement 9.03 8(5)
Mineral Filler 9-03.21
Recycled Material 9-01
Portland Cement 9-03.1(2)
SandC for crack sealing)
(As noted in 5-04.3(5) 9-042
Joint Sealant g-Q4.2(3)A
Foam Backer Rod required for the
establish that the various mineral materials reg If the
The Contract documents may
art by the Contracting Agency.
be furnished in whole of these mineral materials by the Contracting
manufacture of HMA bush the furnishll ing of any or in p
documents do not establish e required to furnish such materialsinthe
amounts
nd unts refiller.
for
Agency, the Contractor shall
the designated mix. Mineral materials include coarse and fine aggregates,halt pavement (RAP) in the production of
The Contractor may choose to utilize recycled aspor pavement
RAP may be from pavements removed under the Contract, if any,
HMA. The stockpile.
material from an existing
percent RAP by total weight of HMA with ue ay ofoon
The Contractor may use up to 20 p {ed and tested at a frequency halt
of the RAP. The RAP sh�rll be same les per project. The asp
sampling or testing l encr when submitting the
sample for every 1.000 tons produced c d and e less the Contracting p 9
content and gradation test datafe hall C)Pl-. The Contractor shall include the RAP as part of the mix
mix design for approval on
design as defined in these Specifications.
ANNUAL PIPE REHABILITATION PH 202 )
CITY OF FEDERAL WAY pROJECT #288
SP -72
CFW SPECIAL PROVISIONS VER. 2020.04B
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder
from different sources is not permitted.
Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
The Ca total weight of HMA. The Contractor shall submit to the Engineer for
20 percent or less RAP by
a ss that is proposed and how it will be used in the manufacture of HM -
Pproyal the proce
ts of Section 3-01.
Production of aggregates shall comply with the requiremen
ite, the stockpiling of aggregates, and the removal of aggregates from
Preparation a lstockpile
comply with the requirements o Section 3-02.
stockpiles shall comply
5-04.2 1 How to Get an HMA Mix Desi n an the QPL
If the contractor wishes to submit a mix designor lin Standa d Spclusion in the ecification 5-04.2(1) List
(QPM), please follow the WSDOT process outlined
5-04 2 i A Vacant
5_1j4.2 2 Mix deli in riarb{
nin to the app o alto the mixlEngineer.
design by the
No paving shall beg p
N
onstatistical evaluation will be used for all HMA not designated as Commercial HMA
in the contract documents.
for
er classes
MACommercial evaluation will be used for Commercial HMA roaches, ditdches�tslopes pathsfisa s,
in the following applications: sidewalks, road app plications of HMA accepted
gores, prelevel, and pavement repair. othapproved by thenonstructUrProject Engineer. Sampling and
by commercial evaluation shall be as app
testingof HMA accepted by commercial evaluation will be a# the option of the Project
by
Engineer. The Proposal quantity of HMA ehdeterminapando na�sta stieal evaluation. al evaluation will
be excluded from the quantities used int the contractor
Nonstatistical Mix Design. Fifteen days prior to the first day paving.
shall provide one of the fallowing mix design verification certifications far Contracting
Agency review;
The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications list
ed The proposed HMA mix design on W SDIO en ed W 350-042
s Qington St to Professional
nature) of a valid
certification (stamp &sig- ualified
Engineer-
. The Mix Design Report far the
withinsed HMA mix one year of the approval date.* y a q
City or County laboratory that
The mix design shall be performed by a lab accredited by a national authority suchThe
as
Laboratory Accredita-tion Bureau, L-A B for CMEC' )�aISO Materials17025 or AASHTO
Construction Materials Engineering COU
i evidence of participation in the AASHTO.
Accreditation Program (AAP) and sali supply
resource proficiency same program.
ANNUAL PIPE REHABILITATION PHASE
02
CITY OF FEDERAL WAY PROJECT #288
SP -73
CFW SPECIAL PROVISIONS VER. 2020.046
Mix designs for HMA accepted by Nonstatistical evaluation shall;
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
Have anti -strip requirements, if any, for the proposed mix design determined in
accordance with AASH283 or
s WSDOT�ab teson ltinglc anti -strip and
aggregate source compatibility
mix
gns
At the discretion of the Engivaefica ion date with a certification may accept dfrom the (Contractor that
r than
12 months from the original
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 an a review of the T 324 evaluation s not required) or a Mix Design tal of WSDOT Form 042 (For
from the
commercial mixes, AA5HT0
current WSDOT QPL or from one of the processes allowed
nnot is se ti n, Testing of
the HMA by the Contracting Agency for mix design app
rovall select a class of HMA
For the Bid Item Commercial HMA ,le Axle Loads (ESRC s) ap�the Contractor lropriate for the required usend
design level of Equivalent Sing
5-Q4.2 2 B Usin Warm Mix As halt Processes
The Contractor may elect to usaid e o additives
producing t redoAdditives ce the tinctude organic addiimum mixing tives,
or serve as a compaction
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(5) in the production of mixtures.
• Before using additives, obtain the Engineer's approval using WSDOT Form 350-
075 to describe the proposed additive and process.
5-04.3 Construction Re uirements
5 x4,3(1] Weather Limitations
Do not place HMA for wearing course on any Traveled Waybeginning
October 1st
through March 31st of the following Y�awitho without concurrence from hEn9ineer
Do not place HMA on any wet surface, or when the average surface temperatures are
less than those specified below, when weather conditions otherwise prevent the
proper handling or finishing of the HMA.
Minimum_ Surface Temperature for Paving —�
Wearing Course Other Courses — —
Compacted Thickness (Feet) 9 — J--
� -- ---- — ---h— — — 45aF
Less than 0.10 55-F
ANNUAL PIPE REHABILITATION PHAU20)
CITY OF FEDERAL WAY
SP -74 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
� 0.10 to .20
45-F 35-F
�
More than 0.20 L35 -F 35-F
5-04.3(2) Ravin i 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 the d f r t Engineer
minimum time required to place and compact the mixture. In hot weather,
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 3 E ui ment
5-04.3 3 A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder - Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment - An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shalt be convenient and safe for access by Inspectors. The plant shall
also be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric
instrument placed at the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates. This device shall be in full
view of the plant operator.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH OZ
SP -75 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
homogeneous state. The asphalt binder shall be heated in a manner that will
avoid local variations in heating. The heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average temperature with no
individual variations exceeding 25°F. Also, when a WMA additive is included in
the asphalt binder, the temperature of the asphalt binder shall not exceed the
maximum recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the
crushing and screening operation. The Contractor shall provide for the setup and
operation of the field testing facilities of the Contracting Agency as provided for in
Section 3-01.2{2}.
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle
without entering the hauling vehicle.
5-44.3 3 B Hauiin E ui ment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have
a cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
eture
forecast include,
load n exceeds 30 m nutes, the pco ver shall be secu ely attached to protect
ss than 450F or when time from
loading too un g
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, or
live bed trucks, the conveyer shall be in operation during the process of applying
the
release agent.
5-�43P33C Pavers
Hvers 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 HMR 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 manufacturers recommendations
and shall effectively produce a finished surface of the required evenness and texture
e
without tearing, shoving, segregating, ar gouging the mixture. A copy
of manufacturer's recommendations shall be provided upon request by the Contracting
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SP -76 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Agency. Extensions will be allowed provided they produce the same results, including
ride, density, and surface texture as obtained by the primary screed. Extensions without
augers and an internally heated vibratory screed shall not be used in the Traveled Way.
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and smoothness can
best be achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the
continued approval of the Engineer. A joint matcher may be used subject to the approval
of the Engineer. The reference line may be removed after the completion of the first
course of HMA when approved by the Engineer. Whenever the Engineer determines that
any of these methods are failing to provide the necessary vertical control, the reference
lines will be reinstalled by the Contractor.
The Contractor shally for
satisfactory and ll all pins, brackets, tensioning devices, operation of the automatic control equipment. and
ry
accessories necessary
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.
Q Material Transfer Device or Material Transfer Vehicle
A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's
approval, unless other -wise required by the contract.
Where an MTDN is required by the contract, the Engineer may approve paving without
an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTDIV 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.
from the haul vehicle or pick up HMA from a windrow.
3. May accept HMA directly
by the hauling equipment and p
4. Shall mix the HMA after delivery prior to
placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SP -77 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
To be approved for use, an MT©
aver.
positively connected to the p ick up HMA from a windrow -
1. Shalt be pvehicle
equipment and prior to
HMA directly from the haul v t�°�{ haul
2. May acceptafter delivery by
3 Shall mix the HMA
machine, erature throughout the
placement into the p to obtain a uniform temp
4. Shall mix the HMA sufficiently
mixture.
or neumatic tire type, in good
��04.3 Rollers osc"atory, p
enation of the roller shall be Engineer
without backlash- DP the Eng
l wheel, I
Rollers shall beaaae e f the reversing \Nttt mendations. \Nhen ordered ide a copy of the
condition and P the Contractor shall P action of HMA. The
Pro
ect, Bance
accordance with the manufacturers the use of that roller for comnpactio in comp
for any roller planned far use on the p 1 act the that results in
manufacturer's recommendat�an for The use of equipment
producing pickup, washboard,
umber and weight of rollers l 5 04 Obe nt to cos undesirable
n requirements of Section Rolle p
with the req will not be permitted.
crushing of the aggregate e surface, displacement of the mixture or other un es
uneven compaction of th
results shall not be used. the Contractor shalt
5_p4.3 4 Pre oration df Existin aing Pveme tt Or D d anithaved Surfaces e Plans ❑r approved by the
VVI-len the surface of tradexand cross-section as shown
bring it to a uniform g laCed may be
Engineer. is to be P
a mas
Of uneven or broken surfaces ovotor patrol grader. or by hand raking,
ver which HMA
Preleveling ing an asphalt paver,
accomplished by us
approved by
the Engineer, Engineer and may
ng
HMA shall be to the satisfaction o sf repneumatic rollers to
Compaction of preleveling late compactors,
equipment.
Equipment used
the compaction eq p ineer.
require the use of ss preleveled ha etas rollers
t e approved by the Eng
avoid bridging across Q
for the compaction of preleveling HMA Shall P
Paved surface, the entire surface of the
in s. and other
on an existing P atches, grease dripp g ,andpavement. All
Before construct'on of HMA
Alf fatty asphalt P from the existing
entirely removed sail. pavement
pavement shall be hl cleaned of dust,
objectionable master shall fa r. Alf holes and small depressions shall be filled with
pave or bituminous sur shall be and
atched area shall be leveledo�nQ
P the condition grindings, and other foreign The surface of the p or ovine,
an appropriate class of HMA- licatlon of tack coat, p
acted thoroughly. Prior to the Engineer.
comp by course of HMA
the surface shall be approvedPaved
lied to all paved surfaces on which Glean,
haft shall be applied be omitted from clean, newly op over
A tack coat of as except that tack coat may
is to be placed or abutted; Engineer*
Tack coat shall be uniformly applied bare
s at the ts
discretion of the En i of residual asphalt free of streaksnal The ra ate
surface and of retained asp
the existing pavement with a thin allans per square Y
the Engineer. a heavy application of tack coat shall e
at a rate between hbe approved bye
application
AtslNUAt ptFE REHABILITATIDN FH 2020)
pRpyEC7 #288
CIiY OF FEDERAL WAY SP -78
CFW SPECIAL PROVISIONS VER. 2020.048
open to traffic, the application of tack coat shall be
applied to all joints. For Roadways p
the same working shift. The spreading
limited to surfaces that will be paved during
equipped with a thermometer to indicate the temperature of the tack
equipment shall be
cast material.
Equipment shall not ap
crate on tacked surfaces until the be �pai�edr prior to placement
the Contractor's operation damages the tack coat it shal
of the HMA. halt. The CSS -1 and CSS -1 h
art water
The tack coat shall be CSS -1, or CSS -1h emulsifat a rate asp temperature such that
asphalt may be diluted once with water shall have sufficient temp d one p
emulsified p
ecified rate of application and shall not exceed the
to one part emulsified asphalt- The tack coat halt manufacturer.
it may be applied uniformly at the sp the emulsified asp
maximum temperature recommended by
5-04.3 4 A Crack Sealin
5-04.3 4 A"1 General odes a pay item for crack sealing, seal all cracks'/4 inch in width
W hen the Proposal incl
and greater.
clean, dry and free of all loose and foreign
compressed air lance to dry
Cleaning: Ensure that cracks are thoroughly pre s filling a crack with
material when filling with crack sealant material. Use a hot camp ars. Routing
and warm the pavement surfaces within
thecpavement- Da notimmerackduseedi direct flame dry
the sealant material. Do not overheat
cracks is not required. thoroughly mix the
Sand Slurry: For cracks that are to be filled with sand dadslurrinsure the mixture will
he mixture into the cracks until full. Add o deitionai CSS -1 cationic
components and pour t as needed for workability pavement
emulsified asphalt to the sand slurry
flush with the existing etely illed with
completely fill the cracks. Strike off the San cracks that were not fully cured.
surface and allow the mixture p ace the HMA overlay until the slurry
has
additional sand slurry. halt,
The sand slurry shall consist of approximately 2D percent CSS -1 emulsified asp
The components shall be thoroughly
percent nsist Of
cement, water (if require equired}, and the remainder clean
approximately 2 p an cracks
Class 1 or 2 fine aggregate per section 9-Q3.1(2 After
e topped off with additional sand slurry
mixed and then poured, into the cracks and�ointspuntil full. The following day,
or joints that are not completely filled hall ria shall not be placed until the slurry has
slur is placed, the filler shall be struck off flush with the existing pavement cement and
the sand slurry I to the Portland c
surface and allowed cements The will not app Y
fully cured. The req
sand used in the sand slurry to fill the cracks.
In areas where HMA will be placed, use sand slurry
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width —fill with. sand slurry.
PIPE REHABILITATION PHASE a
ANNUAL l
CITY OF FEDERAL WAY PROJECT #288
SP -79
CFW SPECIAL PROVISIONS VER. 2020.046
applythe
Hot Poured Sealant: Far cracks thatereare to be filled with equirement hotpouredur the sealant,amanufactturers
material in accordance with
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
criteria, and application
manufacturer's recommended heating time 1and
able reheating criteria, allowable storage time
and temperatures after initial heating, inion e the Engineer, the
temperature range. Confine hot you nt surface. i�anethe optni the crack. Clean any
overflow of sealant from the pavemen
an
Contractor's method of sealing o
the cracks with hot poured sealant results in
excessive amount of material on the pavement surface, stop and correct the operation
eliminate the excess material.
5-04.3 4 AZ Crack Seal n Areas Prior to Pauin
In areas where HMA will be placed, use sand slurry to fill the cracks.
to be
aved
5-04.3 4 A3 erHMAwilllAreas not be placed, fit
he cracks as follows:
In areas whe
A. Cracks'/4 inch to 1 inch in width
n widthll fillwithwith sand slu hot pourd sealant -
B.
lant.
B. Cracks greater than 1 inch
5-04.3 4 B Vacant
5.0 4.3 4 C Pavement Repair and
The Contractor shall excavate pavement repeirPareas
and asalma these with
he field.HMA
he
in accordance with the details shown m thanner that protect the
ns in a m
Contractor shall conduct the excavation designated to be removed that slldamaged as
pavement that is to remain- Pavement not designated a result of the Contractor's operations shall be repaired by the Contractor to the
The Contractor shall
satisfaction of the Engineer at no cast to the Contracting therw se by the Engineer. The
excavate only within one lane at a time unless approved
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 finalnedeterminationi e I be excava40 inchtes unless
p pavement shall be
required. The minimum width of any pavem
shown. otherwise in thePlans.
by pavement grinder. atExcavated materials idfele site off the
come the
sawcut or shall be removedY
ty of the Contractor and. shall be disposed of in a Contractor pro
properanWay or used in accordance with Sections 2-02.3(3) or 9-03.21.
Right t
Asphalt for tack coat shall be required as specified in Section 5-D4.3(4). A heavy
a lication of tack coat shall be applied to all surfaces of existing pavement in the
pp
pavement repair area.
t of compacted depth may be accomplished
fill shall be aoc
compacted depth. Lifts that exceed 0.35-foo
in lifts not to exceed 0.35- ao
Placement of the HMA back
ANNUAL PIPE REHABILITATION PHASE
02
CITY OF FEDERAL WAY PROJECT #288
SP -80
CFW SPECIAL PROVISIONS VER. 2020.048
with the approval of the Engineer. Each lift shall be thoroughly compacted by a
mechanical tamper or a roller.
5-04.3 5 Producin !Stock ilin A re ates and RAP
Aggregates and RAP shall be stockpiled according to the req iiierea a olid RAP t{Vtater ail
Sufficient storage space shall be provided for each size of aggregatewhen
shall be removed from stockpile(s) in a manner to ensure minimal segregation re ate
being moved to the HMA la toCth processing have beetle! mthe eed tonal mixture.
HMA plant aggregate
sizes shall be kept separated u
5-04.3 5A Vacant
j- _04. 3i6) Mixin y agent and anti -
After the required amountlbeen of lintrc�duced into the mneral materials, axed theHMAshall be mixed until
stripping additives
complete and uniform coating of trrals particles
and
thorough distribution of the asphalt
binder throughout the mineral mate
the
mum
When discharged, the temperature oshawnof the HonAthe arll not exceeeference m� desigptl rep ri or I ag
temperatin the ure by more than 25 Fs
re of
approved by the Engineer. Alla, when AHMAa WMA tIve shallis innlotded ex eed he umaxi�mum
HMA, the discharge temperature of the
recommended by the manufacturer lob� the
proWMA �liding he water causetive. A maximum s no problems
Content of 2
percent in the mix, at discharge,
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 urs after mno event ix ng thehall HMA
be rejected. for more than 24 hours.
Rejected HMA shall be
HMA held, for more than. 24 hThe storage
disposed of a the accessible device locatedontractor at no expense to the at the op Contracting
coneeor about the third
facility shall have an accessible
point. The device shall indicate theamount
thenHMA inasto alge isstorage.
below the top of theshall
cone
accepted from the storage fac y
of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
ll be
prior
Recycled asphalt pavement (RAPiformannd thoroughly mixed MA is phe production of HMA roduced.if the e
to entering the mixer so that a u
is evidence of the recycled aspha
pavement
mrnit7edia e4yasu pend the use of the eRAP until
mixing of the HMA, the Co
changes have been approved by the Engineer. After the required amount of mineral
ced into
materials, RAP, new asphalt ed until ompleteer and trejuvenator have been and uniform coating of thetpa ti les and
the mixer the HMA shall be mixed
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5.04,3 7 S readin and __hit read, and struck off to the grade
The mixture shall be laid upon an approved surface, spread,
mplying with Section 5-04.3(3) shall be used
and elevation established. HMA pavers co
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (2020)
PROJECT #288
SP -81
CFW SPECIAL PROVISIONS VER. 2020.046
to distribute the mixture. un�cau se shalldirected
ex exceed the follo'wing� the nominal
o# an
compacted depth of any layer Y
HMA Class 1" 0.35 feet
HMA Class 3/<" and HMA Class'/"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class 3/$„ 0.15 feet
On areas where irregularities munavoidable
,hepaving may
bticalbcmake
the
beuse
done wmechanical
other
spreading and finishing equipment
equipment or by hand. utilized to
A, the
ial produced for
When more than one JMF is beingorate spr ad ding and Mcompacting req equipment. The
each JMF shall be placed by P of HMA
intermingling of HMA produced t
han on
Placed during a work shift shall conform to a angle JMF establishede JMF is �o he clasbited. Each s of HMA
specified unless there is a need to make an adjustment in the JMF.
5-D4.3 8 A re ate Acce tante Prior to Incor oration in e ate properties of sand
For HMA accepted by nonstatistical evaluation the agg g P P
equivalent, uncompacted void content and fracture fowill r evaluated
accepted accordance oma tial
Section 3-04. Sampling and testing of aggregates
evaluation will be at the option of the Engineer.
5-U4.3 31 HMA Mixture Accu
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 CommercialHMA did for other claes. sespatf HMA
in the following applications: sidewalks, road approaches,
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. MF for the
tor may
est
The mix design will be the initial J tments to the sJMF wof ill require the capp approval ofthed
a change in the JMF. Any 1
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 the the approvedJMF limits are
determined
es. These values
by adding the tolerances below to the app
will also be the Upper Specification Limit (IDSL) and Lower Specification
Limit (LSL) required in Section 1-06.2(2)2
ANNUAL PIPE REHABILITATION PHASE 20�
CITY OF FEDERAL WAY
SP -82 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.04B
Pro ert 1 Non -Statistical Evaluatlan Commercial Evaluation
Asphalt Binder _+/-0.5%
if Voids, Va 2.5% min. and 5.5°/° max NIA
For Aggregates in the mixture: in the
a. First, determine preliminary upper and lower acceptance limits by applying
following tolerances to themed JMF.
Aggregate Percent Non -Statistical Commercial Evaluation
Passm Evaluation
j ,rand 3/8" sieves ° +/- 8%
No. 4 sieve +I -G 1°
- +/- 5°/° +/
No. 8 Sieve _
+/-2.0% +1-3.0%
No. 200 sieve
b. Second, adjust the preliminary upper and louver 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. re ate gradation or
2. Job Mix Formula Adjustments — An adjustment to the f the aggregate
Adjustments
asphalt binder content of the JMF requires app
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 listebelow.
passing the 1'/�", 1", 3f$'. '/? 3/�" and
a. Aggregates --2 percent for the aggregateP 9
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 edp o
asphalt binder content. The maximum adjustment from the app
design for the asphalt binder content shall be 0.3 percent
5-04,3{9]A Vacant
5.04 3 9)B Vacant
5-04.3 3 C Mixture Acce tante — 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)CI 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 bde
evaluated collectively. If the Contractor requests a change to the JMF that is app
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublats in the current lot and for acceptance: of subsequent lots. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02 )
SP -83 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sam lin
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 accordancelf HMA IaedHonOa project. f inimum of three samples used n a structural application, uld be at least ken
for each clan p
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 discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. 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 — Acce tance 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 27FF 11.
5-04.3(9)C4 Mixture Nonstatistical Evacuation — Pa 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 Adjusbnent Factors
Constituent
Factor
,If,
All aggregate passing: 1%", 1" ' '/i'. '/e' and
L
No.4 sieves
All aggregate passing No. 8 sieve "'
All aggregate passing No. 200 sieve20
Asphalt binder
all
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
(2020)
SP -84 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Air Voids (Va) (where applicable) i 20
der Nor,statistical Evaluation and having all constituents
Each lot of NMA Produced unjob mix formula shall be accepted at the unit
falling within the tolerance limits of the 1 n in Table of Price Adjustment
e
. further evaluation. When one or more constituents fall outside the
Contract price with no
nonstabstical tolerance limits in the Jab Mix Formula sh e used in the calculation of the
evaluated in accordance With Sbection 1-05•2 to determinebackup
Factors, the lot shall be ackup
appropriate CPF. The nonstatistical tolerance hen shall be tested to provide
m CPF shelf be 1.00. When fess than three subtots exist,
CPF and the maxima sublots or samples from the Roadway
samples of the existing
a minimum of three sets of results for evaluation.
5-04.3 gC5 Vacant
Mixture Nonstatistited
cat Evaluati09 — Price Ad"ustmenwhe ts
. 4.3 9 C6 ed under Non Evaluation wi l be determined. 4 The
5 D roduc NCN4F)
For each lot of HMA mix p Mix Factor ( �,Q percent. The
CPF is less than 1.00, a Nonconforming roduct of the NCMF,
the algebraic difference of Cf be astheP by of mix.
NCMF equals rice adjustment w rice per to
total Sob mix compliance p
the quantity of HMA in the let in tans, and the unit Contract
specifications, its individual
1 Qp in catculating the Composite Pay Factor (CPF).
if a constituent is not measured in accordance with these
pay tactor will be considered RRetests
To request a retest. the Contractor
5-0G.3 g C7 Mixture Nonstatistical Evaluation -a s after the specific test results have
re uest a sublot be retested. lit h the
The Contractor rnaY quest within 7 calendar d Y to will be retested, split The
shall submit a written o request
original acceptance same
been received. A splits bait binder as acceptance of
not be tested with the same fat on that
a Reginal acceptance e accep
sample will fete ra
le will be tested for a comp 9 will be
same The results of the retest will be The cost of testing
the option of the agency, �a le test results.
the HMA in place e the original ue or that may came due the Contractor under the Contract
deducted from any monies
at the rate of $500 per sample.
3 g D Mixture Acce tante and having all
— Commercial Evaluation
4 roduced under Commercial rmula shall be a cepted at
5 ! HMA r
It sampled and tested,
job mix o
constituents falling within the tolerance limits of the } 4.3 9
When one or more constituents fa
con rice with no further evaluation.shown ro riate
the unit Contract p nce limits in the Sob Mix Formula
the appy P the
outside the commercial tolerance samples of the
lot shalt be evaluated to accordancelimits
with Section 1 t sexist, backup
e
ierance limits will be used �n ublot alcutation of the CPF an three
CPF. The commercial to provide a minimum of
maximum CPF shall be f Ooro hen thelstreet shall be tested to p
existing sublots or samples
ame
sets of results for evaluation. (NCMF) will be
doted and tested under Co �ixr FalctorEvaluation when the
For each lot of HMA le Shan 1.00, a Nonconforming product
calculated CPF the algebraic difference of CtPFcalc fated as hle� pied Y
determined. The NCMF equalsfiance Price Adjustment will
00 percent. The Sob Mix Cornp (2020)
ANNUALPIPE REHA13ILiTAT10N PHASE 3
PROJECT #288
CITY OF FEDERALWAY SP -85
CFW SPECIAL PROVISIONS VER. 2020.046
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 acculatinc thelComposite Pay Fath these ctor (C�individual
PF)
pay factor will be considered 1.00 in calc4a g
5-04.3 10 LViMA Com action Acce tance
HMA mixture accepted by nonstatistical e lu veavirlg t� d speed used 'in #change, nand including
a
lanes for intersections, 10
ramps, truck climbing, be
specified compacted course thicknessgreater
rsaecified than0-10400t,
of oretativei density compacted
be a
specified level of relative density. Iauated in nce with
Composite Pay Factor (CPF) of not less nimum0.75 when af 92 percent lof the maximumadens ty).
Section 1-06.2, using a 4 -SL of 92.0
The maximum density shall in determined willb etermi ed by the evaluation ofOthe de 729. density of
specified level of density attained will be
the pavement. The density of the pavement shall be determined in accordance with
WSDOT FOP for WAQTC TM 8, except that gauge e rreland WSDOT SOP 736ll be at the dwhentiousing
the Engineer, when using the nuclear density g 9
cares to determine density. ity will be taken
ccordance with the
Tests for the determination of the pavement
required procedures for measurement by nuclear denser gauge loraroadway 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 CSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
or the
Roadway cores for density may be obtained by either the Contracting Agbe 4 -inches
ency
Contractorin accordance with WSDOT SOP 734. Engineers. Roadway cacore ges will the be tested by
minimum, unless otherwise approved by
the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166 b the
laced and at
If the Contract includes the Bid item
� � neer on the samecores day theambeis obtained y
Contractor in the presence of 9
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core" the Contracting Agency will obtain the cares.
in at the
For a Oat in progress with a CPF less than material c°nfo�minlgboghe Specifcati°rnstcan
request after the Engineer is satisfied that
be produced.
cted under
ons
HMA mixture accepted by commercial c a�°ed and he bass ofHMA ua test pont evaluation
other than those Listed above shall be p
tion shall be performed in accordance weio
of the compaction train. The testn
The number of passes with an approved compactt evaluant
instructions from the Engineer -
train, required to attain the maximum test point density, shall be used on all su sequ
paving.
ANNUAL PIPE REHABILITATION PHASE 20)
CITY OF FEDERAL WAY PROJECT #288
SP -86
CFW SPECIAL PROVISIONS VER. 2020.048
comp
cted.
MA that is used for
ing
HMA for prg shall b shall a ed withal pneumas c Lire roller unless otherwise approved
wheel rutting shall be compact
by the Engineer.
Test Results
Far a sublot that has been tested with a nuclear density gauge that did not meet the
density
th a
minimum of 92 percent of the to maxim
eduction orrejection the Contractor ction lot I
Contractor may
CPF below 1.00 and thus subjectprice
relative
ity of the
request that a core be used for determination
atiio elativeedensity determined ed by the sublot.The
relative density of the core
., w414 rep e
density gauge for the sublot and will be used for calculation of the CPF and acceptance
of HMA compaction lot.
When cores are taken by the Contracting �aext p Agencyfterthe he test results for the sublot hast of the Contractor, ve
shall be requested by noon of th outside of
been provided or made available to thEngineer.otra offs o control shall be prore locations shall vided d by the
wheel paths and as determined . by the
Contractor as requested by th ithe req est far coresW hen lure by the Contractor to pthe CPFtfor
requested traffic control will result in forfeiture of
the lot based on the results monies due or that mayhe HMA cores is less become duetthe Contractore cost for tunderrthe
will be deducted from any for the cost of the
Contract at the rate of $200 per core and the Contractor shall pay
traffic control.
5-04.3 10 A HMA Colimoke ace�when the mixture e s al inothe eproper ncondition so that no
Compaction sha p
undue displacement, cracking,
, or shoving
by other occurmehan cal inaccessible
HMA that
compaction equipment shallin
becomes loose, broken, contaminated,removed shows
ho sran excess
aced orith dnewi hot mix thatl shallsbe
any way defective, shall be re
immediately compacted to conform to the surrounding area.
on
The type of rollers to be tsedoa� ept Qin, Prov provided lative position
specified densities are attaened
nce
shall generally be the Co
Unless the Engineer has approved otherwise, rollers shall only be operated in the static
mode when the internal temperature`x is less than made that results�n checkingfor cracking
mix
temperature, a roller shall not be operated n a
of the mat. Rollers shall only be operated in static mode on bridge decks.
§-04.3[10?B HMA Cstreaks in the tht are
ompaction — C clic Densi
Low cyclic density areas are defined as spo'sdens
than 90 percent of the #heore#ic ty At the Eng neer'snd scaetion lehe
r low
cycl
c density, and
hen
Engineer may evaluate the HMA pavementcyclic
�cDeonsity Prices Adjustment will be asaesgsed for
so will
followWSDCT 50P 733. A $500 Y
any 500 -foot section with two or more density readings below 90 percent of the
theoretical maximum density.
5-04 3410 C Vacant
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY 20)
PROJECT #288
SP -87
CFW SPECIAL PROVISIONS VER. 2020.046
5-04.3001D HMA Non statisti ;at Com action
5-04.3 10 D1 HMA Nonstatistical Com iaction Lots and 5ublots
HMA compaction which
accepted
thebContract ngtical Agencyevaluation
dividing will
the project i to
on
acceptance testing performed
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 subiot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0,75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from o attain theneer. The number of maximum test point density,
sses with an approved compaction
train, required t hall 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.
sti ;at
The location
D2o the HMA compactonCompaction nacceptanceltests will be randomly se cted by the
The location
Engineer from within each sublot, with one test per sublot.
5-04.3 1 D3 HMA Non statisti cat Com paction — Price Ad"ustments
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,, rate CPF shallhe lot be
evaluated in accordance with Section 1-06.2 to determine the appropriate
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)
algebraic difference of CPF minus 1
will be determined.percent. The CompactioThe NCCF equals n Price Adjustment will be calculated as h
by40peee
multiplied by 40
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH 02
SP -88 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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(l 1Re'ect Work
5-04.3(l 1)A Refect Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the
sole discretion of the Engineer. HMA that has been rejected is subject to the
requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit
a corrective action proposal to the Engineer for approval.
5-04. 1(11)B Reiection b 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.
5-04.30 1 C Rejection Vlfithout Testin Mixture or Cam action
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials
unless the Contractor requests that the rejected material be tested. If the Contractor
elects to have the rejected material tested, a minimum of three representative samples
will be obtained and tested. Acceptance of rejected material will be based on
conformance with the nonstatistical acceptance Specification. If the CPF for the rejected
material is less than 0.75, no payment will be made for the rejected material; in addition,
the cost of sampling and testing shall be borne by the Contractor. if the CPF is greater
than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting
Agency. if the material is rejected before placement and the CPF is greater than or equal
to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection
occurs after placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition of 25 percent of the
unit Contract price added for the cost of removal and disposal.
5-04.3 11 D Rejection - A Partiat Subiot
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 Vocation. 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).
5-04.30 1 E Re`ection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -89 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
5-04.3(l 1 F Remection - A Lot in Pra rens
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 PFi for any constituent or the CPF of a lot in progress is less
than 0.75.
5-04.3(l 1 G Rejection - An Entire Lot Mixture or Com action
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.3[12? Joints
5-04.302A HMA Joints
5-04.3(1211A
The Contractor shall conduct Operations such that the placing Of the tap 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 coot below compaction temperature. When the
Work is resumed, the previously compacted mixture shall be cut back to produce a
slightly beveled edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20HAV shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the
temporary wedge shall be separated from the permanent HMA by strips of heavy
wrapping paper or other methods approved by the Engineer. The wrapping paper shall
be removed and the joint trimmed to a slightly beveled edge for the full thickness of the
course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-043(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 % of the compacted lift thickness and then taper down on a slope not
steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be
uniformly compacted.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SP -90 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
5-04.3(12)B BridgePaving Joint Seals
5-04.3(12)Bl HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints
within the bridge deck when and where shown in the Plans. Establish the sawcut
alignment points in a manner that they remain functional for use in aligning the sawcut
after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with
the detail shown in the Standard Plans. Construct the sawcut in accordance with the
detail shown in the Standard Plan. Con-struct the sawcut in accordance with Section 5-
05.3(8)B and the manufacturer's application procedure.
5-04.3(12)B2 Paved Pane! 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 'I$ inch from the lower edge of a 10 -foot
straightedge placed on the surface parallel to the centerline. The transverse slope of the
completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from
the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high
place in the HMA, the pavement surface shall be corrected by one of the
following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor
the sum of $500.00 for each and every section of single traffic lane 100 feet in length in
which any excessive deviations described above are found.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -91 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
ed to the finished grade prior to
appurtenances such as manhole covers and valve boxes are located int e
When utility appurtenances shall be ', r the Contractor, at the
traveled way, the utility app Plan or
paving.
This requirement may be waived when. requested Y
f the Engineer or when the adjustment .djusmentst aifter thels idcompletion ot pav[png.
discretion a urtenance adjustments
specifications call for utility app planning
appurtenance adjustment discussiansusive this requirement to the Engineer prior
will be included in the Pre -Paving p
t3 app st to
(5-044.3(14)63). Submit a written reque
to the start of paving.
ineer and a pre planing meeting must be
5 d4.3 14 PIanin Millin �rby the Eng men
The planing plan must be approvedlaving See Section 5-04.3(14)E2 for information an
held prior to the start of any p
planning submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Pavement is specified in the Contract, the Contractor mus
sting p d to reshae the surface to remove irregularities.
Where planing an ex" surfacing
� n 1prepa ed surface acceptable for receiving an HMA
remove existing su f
The finished product
overlay.
milling method for planing unless otherwise HMA Specified in the Contract. ❑
Use the cold m g
erwise
not use the planer on the final wearing course of n
erations in a manner that does dt laved surface break, umustrbehslightly
Conduct planing oprooves, ridges, or other
damage the surface which is to remain. The f[nau �s planed
g
Contractor must repair, any damage to the sur -face by the
grooved or roughened
ed and must be free from g g
imperfections. The
equipment, an Engneer approved method.
Contractor's p e ui ment, using
an metal castings and o
planing, as deter- ther surface improvements damaged by
Repair or replace deter -mined by the Engineer. curb lines sufficient to provide
erect wedge cut must be planed longitudinally along act
ion
of the final
A tap hes of curb reveal after placementsh d o ptheDrawings or as
wearing course. The dimensions
a minimum of 4 inc
of the wedge must e as
specified by the Engineer.
transitions to adjoining pavement surfaces
A taperedwedge cut must also be shadee at
shown the Drawings. Cut butt joints
in rals straight
aight line
on to ine
.
(meet lines)
where butt joints are roducing a smooth
with vertical faces 2 inches ar more in heig p
existing adjoining pavement.
surfaces
must be swept, cleaned, and if required by
After planing is complete, planed a ved d susu
the Contract, patched and p e
ANNUAL PIPE REHABILITATION PHASE 02 )
CITY OF FEDERAL WAY PROJECT #288
SP -92
CFW SPECIAL PROVISIONS VER. 2020.046
anin
re Performing
add
onal
The Engineer may direct additional depth a hl dden mtaa in pavement det Iction sulrvey
depth planing, the Contractor must condo
as specified in Section 5-04.3(14)A.
5-04.3 14 A Pre-Planin Metal Detection Check
red
Before starting planing of pavements, andduct areadditional any
hys al surveyofeexist npth lgnpavemenit to
by the Engineer, the Contractor must con p
be planed with equipment that can identify 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
inghideenl detection metal that s u vec, or from the
Contractor's failure to notify the EngineerY
5-04.3 14 B Pavin and Planin Under Traffic
5-04.3 14 B1 Generale trafficrequired in
in addition the requirements of Sectact s specifies otherwise 1-07-23 and or the Engin errlapproves, the
Section 1-10, and unless ith the following:
ontr
Contractor must comply
intersections: paving Or
a, Keep intersections open to traffic at alui�e> closure Such closure must
planing operations through an intersection req
be kept to the minimum time a�equir sdnedule such closace and urectohindividual lmixture, apes or
plane as appropriate. 1=o paving,
portions thereof that allows ttcontrol plan.volumes
SGheduleschedule
wo kosotraffic
that adjacent
required in the approved trafficly with the traffic
intersections are not impacted itime and Each d�v dual intersection
control restrictions required by he Traffic Engineer.
closure or partial closure, must ed tadd�re E gine see Sectionthe traffic al 1100.2(2).,
must be submitted to and accept Y
b. When planing or paving and related construction must occur in an
he
intersection, consider scheduling and sequencing such intersection side street eetwork into udetours� tBe
intersection, or half or more Of
prepared to d closure
the
her intersection inndividual lats enes ntirety ety portions
necessary, and no
C. Should clasur to the time
trolley service is impacted, p mp torah plane, remove asiphaitmtack coatquand as
place and compact the HM
needed.
d. Any work in an intersection requires advance warning in both signage an
a number of Working Days advance note as of thintersection closure orined by hpartial closure Engineer, e
alert traffic and emergency services
e. Allow new compacted Tr
afficMA �spnottalolowedcool ton newly ambient
placed rasphelteuntil
any traffic is allowed on it.
approval has been obtained from the Engineer.
ANNUAL PIPE REHABILITATION PHASE
)
CITY OF FEDERAL WAY PROJECT #288
SP -93
CFW SPECIAL PROVISIONS VER. 2020.048
stop
2. Temporary centerline marking, post -paving temporary marking, temporary -ect on
bars, and maintaining tempora pavement markingmust comply
8-23.
3. Permanent pavement marking must comply with Section 8-22.
5_fl4.3 14 B2 Submittals — Planing Plan and HM&EgARPlan
an
The Contractor must submit a seeps;advance of each operation's seaorrs paving psltarttdate.
Engineer at least 5 Working Days
These plans must show how the moving np operation
ng traffic
pre paving briefing.at When
they will be discussed at the p p
requested by the Engineer, the Contractor Drawings with a scale showist provide each tng both he area rof
pian on 24 x 36 inch or larger of
Pdetour
operation and sufficient detail of the Shop beyond w Drawings s 1 e area fincph operation eet, w ch may be
may be required. The scale on p
changed if the Engineer agrees sufficient detail is shown.
The planing operation and the dtempving orary orpary asphaltinclude,
of anb kinds tacnot
k coatea d dry�tgl
detection, removal of asphalt an p
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at
the briefing.
When intersections will be partii ll
noticeable signage alerting traffic °losures tol�okme, a rminimum 2 Woovide rking ngly zand
re
cers
ll be
en
advance. The traffic control plan
�andpeace
shawffia eas Iwherestationed
flaggers bare
signalization is or may be, tountermanded
proposed.
At a minimum, the planing and the paving plan must include:
accepted traffic control plan, see Section 1-10.2(2), detailing each
A copy of the
day's traffic control as it relates to the u� ospecific of requirements
c control consistent with the
and paving. Briefly describe the se -q 9
proposed planing and gd echannelizdingdevices scheduling afterof each eday's
temporary pavement markings a
planing, and paving.
A copy of each intersection`s traffic control pian. parking and
Haul routes from Supplier facilities, and locations of temporary
staging areas, including return routes. Describe the complete round trip as it
relates to the sequencing of paving operations.
Names and locations of HMA Supplier facilities to be used.
List of all equipment to be used for paving.
List of personnel and associated job classification assigned to each piece of
paving equipment.
Description (geometric or narrative) of the scheduled sequence of planing and o
paving, and intended area of planing and of paving for each day's work. must
include the directions of proposedef skippedaaaning dof ne pavong,sintersection paving,
planing and
adjacent lane paving, sego
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.
2
3
5
8
VA
ANNUAL PIPE REHABILITATION PH 20
CITY OF FEDERAL WAY 0)
SP -94 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 83 Pre-Pavin and Pre-Pianin !Bdefin
At least 2 Working Days before ethfofi future pavaving ingeration and plan�idthe first ng operatolns4to ensure operation,
or as scheduled by the Engineas the
Contractor has adequately prepa red for preparedfyting udss thatd4day'sg operations
asnthey
Contract, the Contractor m pr
relate to other entities abae truckperations, Meta transit operations ic safety and convenience, and working around
ng driveway and
business access, garbage and
energized overhead wires, school and be opera grin t e arsing orea, pedestrianme and tand bicycle rt traffic, and
other contractors who y be art of that day's
emergency services. The Contractor, and Subcontractors that may p
operations, must meet with the Engineer and discuss the epd pos traffnd p peratintrol an as it
relates to the submiaandd safety- Such disc g plan andssonavingincludes, but is not limited to:
public convenience
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 anble as it relates t scheduling of paving
gc control, to public erations d of convenience
operations, as applicable,
,
and safety, and t 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. of temporary pavement
e. Description of the sequencing of installation and types
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 Drs survere mondequipment to umentat on, monitoring wells, street car rail, and
tify hidden metal in the
pavement, such as survey
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
g of traffic controls for the process of rigid pavement
i. Description of sequencin
base repairs.
r deems necessary to address.
j. Other items the Enginee
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
lipment to be used. If more
b Types of equipmeand
numbers
of each type ec are proposed, descr�be the seq encing of
pieces of equipmentpersonnel
the personnel operating the types of equipment. Discuss the continuance o
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.MF how the
c. Number of 1Ms to b JMFsea, and if more than one re distinguished, ished, how Jpavers and MTVs arre
will ensure different
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY
SP -95 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.04B
if more
an one JMF
ing
at the time, and how
pavers are cleaned so hatro eeJMFdoe placed of adversely influence
pavers
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-a,¢_3 i5 Sea(in Pavement Surfaces
Apply a fog seal where shown in the plans.
l ed bC the Engiruct neer�applylin accordance the fog seal priorto
Section 5-02.3. Unless otherwise app Y
opening to traffic.
5-04.3061 HMA Road A roaches
HMA approaches shall be con Work shallbebe performed in accordance with Section ans r
at the locations shown in the Section5 where
staked by the Engineer.
5_04.3 17 Tem ora As halt Pavement
(April 12, 2018 GFW GSP)
Section 5-04.3(17) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private pa heco strucdtioamps
for property access during cement concrete driveway app a
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 worm shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hat 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 construction. roperties, and ramps for
property access during concrete approach
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is alloweded or
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. e ton i Maccordance wlith Secttiii n 1-09.2, with ono deductiommercial n be in
be measured byy th
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SP -96 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
made for the weight of asphalt binder, mineral filler, or any other component of the
mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-
04.3(11), the material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline
of the main line Roadway. No additional measurement will be made for ramps,. Auxiliary
Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the
nearest 0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest
0.01 mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked
prior to excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot alone the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
(April 12, 2018 CFW GSP)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material
actually placed, with no deduction being made for the weight of liquid asphalt,
blending sand, mineral filler, or any other component of the mixture. Hot Mix
Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid
item and shall include placement and compaction of hot mix asphalt, removal
and disposal of temporary pavement.
Cold Mix Asphalt Temporary Pavement will not be measured and shall be
considered incidental to other bid items.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the
Proposal:
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -97 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
"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 Ci. — PG ", "HMA for Approach Cl.
PG ;` -'HNAA for Preieveling Cl. PG _", "MMA for Pavement Repair Cl. _ PG
and "Commercial HMA" shall be full compensation for all costs; including anti -
stripping additive, incurred to carry out the requirements of Section 5-04 except for those
costs included in other items which are included in this Subsection and which are
included in the Proposal.
"Preparation of Untreated Roadway", per mile.
The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay
for all Work described under 5-04.3(4) , with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA Cl. _ PG which was used for patching. If the
Proposal does not include a Bid item for "Preparation of Untreated Roadway", the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
"Preparation of Existing Paved Surfaces", per mile.
The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for
all Work described under Section 5-04.3(4) with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA CI. _ 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 the Work described in Section 5-
04.3(4) with the exception, however, that all costs involved in the placement of HMA
shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl.
PG _ per ton.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE 3
(2020)
SP -98 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
"Asphalt for Prime Coat', per ton.
ct rice per ton for "Asphalt for Prime an accolydancbe e with Section 5payment for I
The unit Contra p provide and install the material
costs incurred to obtain,
04.3(4).
per cubic yard,
"Prime Coat Agg:', P or per ton. „ shall be full pay
The unit Contract Price per cubic yard or per ton for 'Prime Coat Agg•
and hauling aggregate to the place of deposit and spreading the
for furnishing, loading, g
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.
ct rice per linear foot for "Longitudinal Joint Seal" shall be full payment
The unit Contra p
for all costs incurred to perform the Work described in Section 5-04.3(12 .
"Planing Bituminous Pavement', per square yard.
The unit Contract price per square Yard for "Planing
Bituminous Pavement" shall be full
payment
for all costs incurred to perform the Work described in Section 5-04.3(14)•
"Temporary Pavement Marking", per linear foot.
a ment for "Temporary Pavement Marking" is described in Section 8-23.5.
Py
"Water", per M gallon.
Payment for "Water' is described in Section 2-07.5.
calculation.
"Job Mix Compliance Price Adjustment", by
"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.
traffic control}
The Contracto
r s costs for all other Work as with the coring (E -g..
incidental and included within the unit Bid price per each and no additions
shall be
payments will be made.
ANNUAL PIPE REHABILITATION PHA020)
CITY OF FEDERAL WAY PROJECT #288
SP -99
CFW SPECIAL PROVISIONS VER. 2020.046
„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
Section 5-04.5 is supplemented with the following:
,,Temporary Pavement”, per ton.
END OF DIVISION 5
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
�
SP -100 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
DIVISION 7
DRAINAGE STRUCTURES,
STORM
AND CONDUITS
SANITARY SEWERS, WATER MAINS,
7-01.1 Descri tion
(April 12, 2018 CFW GSP)
Section 7-01,1 is supplemented with the following:
This work consists of removing and installing storm drainage pipes-
This
01.3 Construction Re uirements
7-01.3 3 Cleanouts and Fittin s for Efrain 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 maximumg into a pacing widrainage tructure. th a maximum of two Ieanouts shall
be
installed at 150 (2) cleanouts per
section of drain or underdrain pipe.
7-01.5 Payment
(Aprii 12, 2018 CFW GSP)
Section 7-01.5 is supplemented with the following:
Excavation, laying pipe, fittings, c4eanouts, pipe bedding, imported conecbackfill material new
native material if approved by the engineer), construction ge oconnections xtile,nor iions s m faro haul
or existing storm drainage structures including pipe to pip
and disposal of trench materiaas �hesested itemsclareln�cidentalble to heed alis cleaning, pipeandlar
testing will not be measure
underdrain pipe pay item(s).
7-04.3 Construction Re uirements
7-04.3' 11 Cleaning and Testin
(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.
7-0 T AND DRY)MFL
LS
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SP -101 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
7-05.3 Construction Re uirements
(April 1Z, 2018 CPW 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:
I. Mebacl manufactured by XG 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; "SY 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.
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 -lacking 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, neve 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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
SP -102 PROJECT #288
CFW SPECIAL PROVISIONS VER 2020.046
7-05-30) 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.
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.
T-05.3 3 Connections to Existin 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 7-015.3(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.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SPA 03 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
7-05.3 6 Cleanin GSP}
(April 2019 GF=W responsible
Section 705.3(6) is a new section: the City, the Contractor shall be
are clean
Prior to final project acceptance by
to ensure the sumps all manholes, inlets,. catch basins, and dryw
of sediment and debris.
7-45.5 Pa merit (;5P} for furnishing
(April 12, 2018 CFIM lamented with the fo}iawing:
Section 7-05.5 is supe necessary to complete each unit according to
' contract price for catch basins s ndlor manholes shah be fu paremoval and
The unit ui merit, and material pavement
all labor, tools, eq ecifications. This includes all sawcuttflow bypass connections to
the Plans and Sp if required), temporary
excavation, dewatering [ orted or native backfill,
disposal, and furnishing and placing of all
and new pipe, foundation material, bedding, �m passage
existing cleaning,
action, surface restoration, testing,
patching hot mix to allow for the p rade
comp rates or rings and covers, g
accessories and conversion riserlicable Frames and g
of traffic, and other items Issincluding conversion risers shall
be considered incidental to
rings and adjustment rise
this bid item and will not be measured for separate payment. "Adjust Catch Basin" andJor "Adjust
The unit contract p
rice for "Adjust Manhole tch basins, inlets, and manholes that require
Inlet" applies to existing storm drainage. is necessary to adjust drainage
addition or removal of adjustment risers. The unit contract price
adjustment to grade by and materia
e ui ment, patching hot mix to allow fort e
includes all labor, tools, q p temporary p providing
structures to finished grade, sawcutting, ustment risers
passage of traffic, restoration of the area aro�� d tGradeluringsstandtuadj anwill not be
new rings and covers or frames and gra
or high -impact} shall be considered incidental to this bid item an
concrete meat.
measured for separate pay lies to connecting new
The un
it contract price for
"Connection to Drainage Structure' app
storm drain pipe to existing storm drainage pipe lies to connecting new
contract p e catch basins and manholes and includes
ting ra nage
Price far `Connection to Drainage Structure' app
The unit c storm drainage
storm drain pipe to existing to care drill the ex
merit, and materials necessary
Any associated sawcutting,
labor, tools, equip action, and
structure and provide the necessary p p cried or native backfill, camp
pavement removal and disposal, excavation, imp
pavement restoration are incidental to this bid item.
7-07 CLEANING EXISTING ❑ RAI NAGE STRUCTURES
7-07.5 Pa merit
(April 12, 20'18 CFW c
Section 7-07.5 is replacad ed with the following:
ANNUAL PIPE REHABILITATION PHASE l
CITY OF FEDERAL WAY Sp -104 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
All costs associated with cleaning existing drainage structures shall be co shall ider d
incidental to and included in the various bid items and no additions payment
made.
748 GENERAL PIPE INSTALLATIuN REQUIREMENTS
7-08.3 1 A Trenches
{April 12, 2018 CFW GSP} i e -laying
Section 7-08.3(1)A is supplemented with the following.'
ained until the ends of the pipe are deleterious d
Where water is encountered in int trench, it shall be removed dun re p
operations and the trench so ma Trench water or other
provisions are notde to prevent be allowed to enter he pipe at-ing of the }any time.
at
materials steal
may disturb existing pavement a gat that are not shown trenching shall t
o be replaced on
Trenching he repaired after
Y d
the plans. All such pavement markings amag Y
is backfilled and restored. The new parepairncost shall be incidental t the
t markings shall match the
trenching All pavement mar labor
damaged pavement marking. labor and materials,
pipe installation, including all necessary
7-08.3 3 Backflllin
(April 12, Zp18 CFW GSP)
�s supplemented with the following:royal of the installed
Section 7-08.3(3} is not damaged by
Initial backfilling shall b performed
only
lsuch a manner that the apipe
pipe. Backfill shall be accomplished will not be permitted.
impact or overloading. 'Nater settling
other locations an the project as directed
If there is an excess of acceptable backfill material obtained from trench excavationexcessive
one location on the project, it shail be use a
the Engineer_ Native backfill stockpiles shall be
r mater al t shall be t considered
o Preve
by transporting the
wetting. The cost of transp
incidental to the pipe or structure backfilled.
END OF DIVISION 7
ANNUAL PIPE REHABILITATION PHASE 3
HSE3
(2020)
CITY OF FEDERAL WAY PROJECT #288
Sp -105
CFW SPECIAL PROVISIONS VER. 2020.046
DIVISION 8
MISCELLANEOUS CONSTRUCTION
g-01.3 Construction Re uirements
8.01.3Ll General
(April 12, 20'18 CFW GSP) lines
The first paragraph of 8-01. ( instadiielathghed nvis b replaced
fence along following:
right-of-way
The Contractor shallthe Engineer•
shown in the Plans or as instructed by
g-01.3 1A 5ubmiitals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read: shall be prepared by the
A Stormwater Pollution Prevention el Ito the Ean ngineer. The plan shall consist of
Contractor and submitted for app et the requirements of the Department
the Contractor's complete strategy to me
of Ecology's NPDES and State Waste Discharge ctivityGeneral Permit)The SWPPP
Discharges Associated With Construction Site Preparation and Erosion Control
shall include and modify as necessary
the The
shall
Plan drawings provided as part of t P Contract
P to becansistenttwith the
prepare review and modify the SWPP a
on
ds that
actual work schedule, sequencing, and
hailsmeetl the requirements ement wolf the general
e used on
the pro}ect. The Contractors SWP
permit. The Contractor's modifications to the S\Nppp ll Prevention, Control aand Caunterpmea ores
the
content and requirements for the Sp
(SPCC) Plan in accordance with Section 1-07.15(1)•
nd sediment control st
The SWPPP shag document all the erosion a whether e manent or temporary- T he
cheduling, and
Management Practices (BMPs) proposed.
plan shall document installation erocednu and sediment con, materials, s t of BMP. The
maintenance procedures f caval before any
rk
Contractor shall submit the SWppp for the Engineer's app
begins. The Contractor shall allow at least
ve to the modified SWPPP.ays for the EFailure to
review of the initial SWPPP r any re Contracting liable
approve all or part of any such Alan shall not The Contaactoke r} may not begin work without
to the Contracts for any work delays.
an approved Contractor's SWPPP.
The Contractor shall complete and mood the
T�ESC t Plans t shall mthe e
et t the
schedule and method of construe Erosion and
requirements Of the ur., rentedition
of
hbe adapted OT 7as pnaeeded throughout
Sediment Con
construction based on site ins TheiaCanand
a tori discharge
samples
l as to schedulefain
or
compliance with the GSW GP-
impiementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
ANNUAL PIPE REHABILITATION PHASE
E 3
CITY OF FEDERAL WAY 020)
PROJECT #288
SP -106
CFW SPECIAL PROVISIONS VER. 2020.048
In addition, the SWPPP shall outline the procedures to be used to prevent high
ers. The ion steal}
pH stormwater or H of the water ertwiller rbe maintained om betweensurface t PH 5 and ct or entering surface waters. Prior to
include haw the pH of the
prior to being discharged from ithe
ework, the Contractor shall submit the plan, for
beginning any concrete or g g
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified
in the General Permit, including: erosion control decisions (12
Narrative discussing and justifying
elements)
Drawings illustrating BMPs types and locations
rol
Engineering calculations for ponds and vaults used for ef oroposedtBMPs,
A schedule for phased installation and removal o P
including:
A. BMPs that will be installed at the beginning of project startup.
ning of each construction
B. BMPs that will be installed at the begin
season.
C. BMPs that will be installed at the end ofe d hof eachtion season.
construction
D. BMPs that will be removed at 'the
season.
E. BMPs that will be removed upon completion of the project.
e SW
PR
An Ecology template is available to the bonthetCoor for dntracctor. The tucinempla ePa d
using project- specific information addedY
instructions are available at:
http ://www,ec,y. wa. govlprograms/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:resirevisions
1. The necessary SWPPP revisions and on-site meas
including additional source con
trot are necessary to preBMP maintenance, �e0t°ndttoed
stormwater treatment BMPs tl�a
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
site ingnoff s n msures describanceed in the
o
General Permit to verify when project
8-01.3 21 seeding, Fe I Iiiiiiiin, and Mulchin
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY PROJECO20)
T #288
SP -107
CFW SPECIAL PROVISIONS VER. 2020.046
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 100 quare feet. Fertilizer ldat heshall rate of 0 pounds per quare
ared mix of
10-20-2and shall be applied
feet.
8-02.3 Construction Re uirements
8-02.31 Res onsibili Aurin Construction
(April 12, 2018 CFW GSP)
Section 8-02.3(1) is supplemented with the following:
Landscape construction isanticipated
is s comple ed begin Land cape mater als shall of Ibe
and associated roadsideen authorizd by the
installed until weather p itrnts and icipatedior in forcllaton hasbe,eplanting ofeandscape
Engineer. If water restrictions
materials may be delayed.
s clean, free of
Throughout planting operations, t� materials, incl ding refuse and debris,ractor shall keep the eresulting from the
excess sails, plants, and other m
Contractor's work, the end of dwalks and paved areas shallay, and as each planting area lbe cleaned to
it shall be neatly dressed, and all surrounding
the satisfaction of the Engineer. No
soilsflushlnmatielbe r ala, llowed. At the conclusion of work,
and debris from the construction
the Contractor shat! remove Burp
site and shall leave the project in a condition acceptable to the Engineer.
8-02.315Planting Area Pre aration
(April 12, 2418 CFW GSP)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in
d seeded awn areas to a minimum depth
of six -inches (6") except wit tree,
lroot zones of exitgtrees to remain, as
roved by the
noted on plans. Scarified subgrade shall be inspected and app
Engineer prior to the placement of topsoil. Remove all construction debris and.
rocks over two -inches (21 in diameter prior to placing topsoil.
Scarified subgrade shah be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval lightly h the il A subgrade,
allhail. be seeded areas,
to a minimum depth of 4 inchesg Y compacted depth
unless otherwise noted on plans.
Lightly compact soil andestablihponding. smooth and uniform finished grade to allow
s
to surface drainage and pr
ANNUAL PIPE REHABILITATION PHASE
CITY
)
CITY OF FEDERAL WAY PROJECT #288
SP -108
CFW SPECIAL PROVISIONS VER. 2020.048
r the
pth of
The areas shall be brought to ctonorandrvalvelboxes�and drp�ivewfiayds�eunless
mulch, below walks, cu 1
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.
8-02.3 B Fertilizers
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-02.3((3}B is supplemented with the following: lied
Fertilizer shall be a nds mer tally square feet. of 10-20-20 and shall be app
at the rate of 10 you p
8-02.313 PiantinqL
(April 12, 2018 CFW GSP)
Section 8-02.3(8) is supplemented with the fallowing:
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 il on des of tree neral native o
rootball only. Useil full underhout organics
full depth topsoil
tree rootball. Use tops
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 hat pbeen bacckfilledhy, and structures. and water settled free) of voids rigidlyant a d a r
position until topsoil
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, fisting all voids. Tree root crowns to be
V 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 on pits he Vth Planadditional
s. Water t eestopsoil
irnmediatetiygrad
afterplanand
ting continue
backfilling as detailed
The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3-31
$-02.3 9 B Seedin and Fertilizin
{September 3, 2019 WSP70Tme Sed witDPITtOhe following:
Section B -02.3(9)B is supe
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -109 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Grass seed shall be a commercially prepared mix, made up of low growing
species which will gaow icatwitlion out rat irrigshall be two pounds peration at the project t11000 square on, and fee ed by
p
the Engineer. The pp
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 ance �+th State and Federalteed law. statement of analysis
clearly marked,
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8-42.3 11 Barkor Wood Chi 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 immediate) after app
8.02 3(13 Plant Establishment
(April 12, 2018 CFW GSP)
Section 8-02.3(13) is supplemented with the following:
Plant establishment shalt 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 Pr ?p of Private Property and-Propa Restoration
(April 12, 2018 CFW GSP)
Section 8-02.3(17) is a new section:
fine grading and restoration of adjacent
Property Restoration shall consist of
landscaped areas; adjustment and/or replacement of private irrigation systems;
slope restoration behind sidewalksi 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.
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".
ANNUAL PIPE REHABILITATION PHASE 1
CITY OF FEDERAL WAY 2
SP -110 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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 Provi Provisions- Th worakyshall ome
coalso
nsist of modifying existing landscape lighting systemss
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 M -asurement
(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.
"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.
8-0 5 patent.
(April 12, 2018 CFW USP)
Section 8-02.5 is supplemented with the following:
"Sark Mulch' per cubic yard. The unit contract price shall be full pay for furnishing and
spreading the mulch.
"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.
0-03 iRFtIGAT9DN SY5TEM5
8-03.1 Descri kion
(April 12, 2018 CFW GSP)
Section 8-03.1 is supplemented with the following:
g a fully functioning and complete landscape irrigation
The work shall consist of installin
system.
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
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PH( E 3
SP -111 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
In the event that irrigation systems are found to
Possible. rovements, they shall be modified as
to the maximum
extent p imp operation upon
encroach within the limits of the project
er Engineer directed force accounts to ensure satisfactory p
necessary p rovements.
completion of the imp owners to ensure their
The Contractor is responsible
fully disturbed.
coordinate with affected property they are di
existing sprinkler systems are Y functional before
g-03.2 Materials GSPj
(April 72, 20"18 CFW applicable, shall conform with the following
Section 8 03.2 is supplemented with the stem, where app
The materials for the irrigation system,
to be compatible with other systems leslocated throughout the City.
manufacturers in order sprinkler bodies and MPR spray
Rainbird 1804 ve
Rainbird ESP Automatic
Controoller' alnd Cabinet
Rainbird Valve
Buckner Quick Coupling
Febco 850 Double Check Valve
Legend Bronze Valve
Superior 3100 Master Control Valve
S_03.3 Construction Re uirernents stem
(April 12, 2098 CFW GSPj
Section $-03.3 is supplemented with the following:
ns details and manufacturer's written
a er
be in strict conformance with th}aLakehaven utility District o the use of
All work shall ether with the p laced with
and Sewer Standard recommended installation procedures. References t
information regarding eci#ications and Amendments shall be rep
galvanized pipe in the Standard ee accepted pipe material. if
Schedule 80 PVC or other Eng
improvements
r illi anon systems found to encroach
oa nlmenttandlimits
ensu e satisfactory
private
Private sprinkle g to remove the
shalt be modified as necessary tion of this prosect. The Contractor shall
remaining system. The Cant>a actor shall ensure that existing
operation of the the cons Private irrigation
systems remain in operation during irrigation systems-
furnish temporary water to disconnected existing g damage due to irrigation facilities
damaged during construction activities shall be repaired within
systems that have been ed facilities to an "equal or
working days. The Contractor shall be liable far any
a
damaged by his operations and shall repair such damaged heads and
cutting an
ars and sprinkler heads new pipe for Property
"ori incl condition. This workr will include, but not -a s limited nt
better than g relocating existing Force Account
capping existing pipe, of the system. Payment will be by
connections, and testing
Restoration.
g_p3.3 T Flushin and Testin
(April '12, 2018 CFW GSP)ineer at
-� nted with the following:
Section 8-03.3() is supplemeetest and prove functio
The Contractor shall prnal then advise the Eng
pressure and coverage tests are to be conducted and shat
all
least 48 hours before p ineer before backfilling. Mainlinesnkler shall be
Wed be
have the approval of the Eng Before the sp
140 PSI and PVC lateral lines at a0 PSI. � PHASE 3
ANNUAL PIPE REHA131LITATIO (2020)
CITY OF FEI]ERAL WAY 5P-112 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.043
tractor, in the presence of the Engineer, shall perform a
accepted the Con
e test to determine if the water
coverage an d
sprinkler head water coverag lets and satisfactory. If any parof the system
operation of the system is comp
inadequate it shall be repaired or replaced at the Contractor's expense and the
test repeated until accepted.
backfilled trenches shall be repaired by the Contractor at his expense,
All
including restoration of plant materials.
8-03.4 Measurement
(April 12, 2018 CFW GSP) lump sum for the design
Sectiented with the following:
on 8-03.4 is supplemoutlined in the
"Automatic lrri ation S stem. tion lsyst system tbing condition
he C City's
and istallation of the new i g
contract documents, complete, tested, and in full operat
8-03.5 pay—
.T!nt
(April 12, 0.18 CFW GSP) bid items
Section 8-03.5 is supplemented with the following:ncwith
Payment will be made in accordance with Section 1-04.1 for the following rice shall
proposal: sum p
when included in the prop Complete", per lump sum. The lump
"Automatic Irrigation System Comp
sa or incidental to the construction as
full compensation for furnishing all l� bar, materials, tools, electrical services
of
be ui ment nese rY
connection costs, an operable sprinkler irrigation system shown in the Plans o
the complete and ola
directed by the Engineer.
for furnishing and installing controller, pads, enclosures, conduit, wiring,
All costs backflow preventer, vault enclosures,
irrigation controller, all control wiring Plans and all costs of inspections and
:ping, and all other required components far a fully functional systemaI to
valves,P
where indicated and as detailed in t
s performed on Cross Connection CAutornstticllrrigattiansSyst considered
test p rice for
and included in the unit contract p
8-D4 C RB U ER AND P LLVIIAY
8-04,3 Construction Re u9rements
(April 12, 2018 CFW GSP)
Section 8-04.3 is supplemented with the following:
percent density at or
The sub -base for curb and gutter
sections shall be compacted to 95 as per Section 2-03.3(14)D revised, before placing the p
below optimum moisture content,
curb and gutter.
White -pigmented curing compounds will not be allowed.
. concrete shall not deviate more than one-eighth (118") in ten feet
The top of the finished,n ten feet (10 )
(10') or the alignment one-fourth (114')
Where shown
on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
ANNUAL PIPE REHABILITATION PHASE 02 )
CITY OF FEDERAL WAY PROJECT #288
Sp -113
CFW SPECIAL PROVISIONS VER. 2020.046
paint the
Where shown on the plans, the Contractor shall
Standard Spe curbs with 2-coas of yellow
paint. Paint and applicatci icat ons fort
ttraffic paint
ion shall conform to
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 o
the unit, price of the type of curb.
r will be measured by the linear foot along the line
Cement Conc. Rolled Curb and Gutte
and slope of the completed curb.
8-414.5 Pa meat
(April 12, 2018 CFW (3SP)
Section 8-04.5 is supplemented with the following:
„Extruded Curb Type 6°, per linear foot.
"Cement Conc. Rolled Curb and Gutter", per linear foot.
8-Oi 4;EMEN7 CCNCRE E DRQ f-UtiP�1Y ENTRANCES
8-06.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-416.3 is supplemented with the fallowing:
All driveways shall remain open except as necessary to permit curing of construction
ionsHowever, at
ast One
materials or for short periods of time a required e cular traffic all times unless otherwise
(1) driveway per parcel shall remain op If a parcel has only
gineer and affected property owner in wr
approved by the Eniting.
at a driveway can be closed will be limited.
passage of vehicles. The amount of time
Itconstructed one-half at a time to allow the
one driveway, then that driveway must
To meet these requirements, the Contrarc Or �atp suse a quick setting concrete. e
Engineer shall approve the quick -setting pr
owners shall be notified in writing at least 48 hours in advance of any planned
Prope dY
driveway closures
e used, with Engineer approval, to maintain a driving surface.
Crushed rock may b
8-416 5 Payment
(April 12, 2018 CFW GSP) construction,
Section 8-06.5 is supplemented with the following:
Go
If the Contractor chooses etou s ach qui II be -set
Driveway"
to the bid ncrete mix ri em fora Cement Conc.
any additional costs tO use
Driveway" and no additional payment will be made.
If the Contractor chooses to use crushed ` rock to maintain a driveway surface, it shall e
incidental to the bid item for Cement ConcDriveway'and no additional payment shall
be made.
ANNUAL PIPE REHABILITATION PHASE
)
CITY OF FEDERAL WAY PROJECT #288
SP -114
CFW SPECIAL PROVISIONS VER. 2020.046
-07 "RE 5,5T T
§8-07.1 Descri tion
(December 12, 20'12 CFW GSP)
Section 8-07.1 is deleted and replaced with the following:
This Work consists of furnishing and installing precast traffic curb, block traffic curb,
sloped mountable curb accco dance with sloped
these Specifications and the Sthe tandard n and Plans, in
specified in the Plans in
the locations indicated in the Plans or as identified by the Engineer.
8-07.2 Materials
(August 9, 2014 CFW lemented with the following:
Section 8-07.2 is supe 9-18.3
Block Traffic Curb
8_Q7,3 Cans#ruction Re uirements
L-07 3(1ins#tilling Curbs
(March 30, 2018 CFW GSP)
Section 8-07.3(1) is supplemented with the following:
For both types of curb, nosing pieces, connecting dividers, and radial sections,
as detailed in the: Plans, will be required at the ends of the curb lines,
at
transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic
curb installation with radii less than 10 feet.
8-07.4 Measurement
(August 9, 21114 CFW GSP)
Section 8-07A is supplemented with the following:
Type A precast traffic curb and Type A block traffic curb will be measured by the linear
foot alone the front face of the curb and return. Type A nosing pieces and dividers will
be measured as Type A curb.
Type C precast traffic curb and Type C block traffic curb will be measured by the linear
foot along the axis of the curb. Type C nosing pieces will be measured as Type C curb.
8-07.5 Pa ment
(August g, 2014 CFWlemented with the following:
Section 8-07.5 is suAe per linear foot.
"Type A Precast Traffic Curb", p
"Type C Precast Traffic Curb", per linear foot.
"Type A Block Traffic Curb", per linear foot.
"Type C Block Traffic Curb", per linear foot.
8-1 CHAIN LINK FENCE AND W RE FENCE
8-12. , 2012 Materials
(January 28 WSDOT GSP OPTION 1)
Section 8-12.2 is supplemented with the following:
Coated Chain Link Fence
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SPA 15 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per
square foot of surface area.
Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert
material at least 2 mils in thickness. Any pretreatment or coating shall be applied in
accordance with the manufacturer's written instructions. The Contractor shall provide
ng the
and
the Engineer
of fabrication The color shallNatchritten sSAE specifications
lStandard 595 color d number
37038 (black), or be as approved by the Engineer.
Samples of the coated fencing materials shall be approved by the Engineer prior to
installation on the project.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a
minimum of 14 ounces each of paint of the color specified above. The touch-up paint
shall be compatible with the coating system used.
(September 17, 2019 CFW GSP)
Section 8-12.2 is supplemented with the following:
Chain link fencing installed with the project shall include a top rail.
8-12.5 Pa meet
(April 12, 2018 CFW GSP}
Section 8-12.5 is supplemented with the following:
"Black Vinyl Coated Chain Link Fence", per linear foot.
The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be
full payment for all costs for the specified Work including brace post installation; end,
corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12
for Chain Link Fence, unless covered in a separate Bid item in this section.
-14 CEMENT C NCRETE SIDEWALKS
8-14.3 Construction Re uirements
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following
The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5
working days before any work can start on cement concrete sidewalks, curb ramps or
other pedestrian access routes to discuss construction requirements. Those attending
shall include:
1. The Contractor and Subcontractor in charge of constructing forms, and
placing, and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SPA 16 PROJECT #288
CFW SPECIAL PROVISIONS VER 2020.048
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as -built requirements
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP OPTION 2)
Section 8-14.3 is supplemented with the following:
Timing Restrictions
Curb ramps shall be constructed on one leg of the intersection at a time. The curb
ramps steal{ bn begin lwithined and open to traffic
another leg of the irate sectioncalendar
days before
construction ca begg unless otherwise allowed by the
Engineer.
Unless otherwise allowed by the Engineer, the five calendar day time restriction begins
when an existing d e ds ramp
entheha adrantaor traffic Bland/med antraffic dian is is fully funsed ctional
onal
pedestrian use
and open for pedestrian access.
(January 7, 20119 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
documents, the Using the information
provided
ro dedd urb ramp Contract
sidewalk, and curb and gutter.
ontractor shall layout,
grade, and form
(Aprri 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the ss shing
Cement concrete sidewalk thickness al4 be as shown on the Plans. Scare }Dints shall
be constructed at a maximum distance cif 5 feet from each full depth expansion joint,.
except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers
in the sidewalk shall be 318` x 4" and of the same material as that used in the curb, and
shall be placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
shing concrete
The Cont. he type of ibrattoide r and its method of ng use shall be subjectishers for use in ftolthe approval of
sidewalks. T Yp
the City.
Ail completed work shall be so barricaded as to prevent damage. Any damaged
sections shall be removed and replaced at the Contractor's expense. Landscaped areas
disturbed during construction shall be restored to original condition at the Contractors
expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on
the Plans.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SPA 17 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
§-14.3 5 Detectable Warnin Surface
(April 12, 2018 CFW GSP)
Section 8-14.3(5) is supplemented with the following:
MMA -Style Truncated Dame Detectable Warning Surfaces applied to asphalt
surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal.
8-14.4 Measurement
(April 12, 20118 CFW GSP)
Section 8-14.4 is supplemented with the following:
8-14.5 Pa mens
(April 12, 2018 CFW GSP)
Section 8-14.5 is supplemented with the fallowing: will not be made until the City has
Payment for "Cement Conc. Curb Ramp Type
verified that the ramp(s) meet ADA requirements.
8_1Z IMPACT ATT NE UATQR SYS%FM5
8-17.3 Construction Re uirements
(February 3, 2020 WSDOT GSP, OPTION 1)
The last paragraph of Section 8-17.3 is supplemented with the following:
Temporary impact attenuators shall meet the crash test and evaluation criteria of MASH
or the National Cooperative Highway Research Project Report 350 (NCHRP 350) as
specified in Section 1-10.2(3).
SECTIQ 8-22 PAVEMENT MARFCING
8-22.1 Descri tiara
(December 18, 2009 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings nes shalle onfoall conform to rm to the pattern as shown oof Federal n WSDOT WSDOT S aay Standard Details.
adardsProfiled
plastic liPlanM-20.20-
01.
8-22.2 Materials
(October 23, 2014 CFW GSP)
Section 8-22.2 Sentence ##3 is deleted and replaced with the following:
Glass heads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9-34.4.
8-22..3 Construction Re uirements
(April 12, 2878 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHA(2020)SE
SP-118 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
maintained by the Contractor
avement markings shad be installed and m pavement
Temporary P ment markings are included
in tion of permanentdptvem is
whenever permanent pave s prior to installs
released onto public streets or roadway reliminary layout work to the satisfactionooat of
perform p After app
markings. The Contractor shall p avement markings lane markings to
Engineer prior to installation of temporary p
Hent Vane markings, the Contractor shall remove the temporary
perms Engineer- the satisfaction of the Eng e, Ont
roved 4 -inch -wide reflective traffic tap wg 3_17,
of Federal Way Standard D a Prop s Qns for
The Contractor shall install and inremove P City specified in the Sp
line, RPMs and pavement marking p
Dwy 3-1 B, and Dwg 3-19, as shown on the Plans, sp
this Contract, or as directed by
the Engineer.
-wide reflective traffic tape shall be installed with a skip
Appropriately colored 4 unit consisting of a 1 -foot fine of tape and a 9 -foot gap
pattern based on a ()_foot n the Plans or Vn the Special Provisions. Reflective traffic
p ecified a permanent pavement markings
unless otherwise sp permanent pavement markings -
tape shall generally fallow the alignment for e
tape marking specified far the
and double lines shall be used when sp pavement markings are to be
orary
Reflective tape shall not bhp stw© when
withoutphe written approval of the Engineer.
exposed to traffic for more pavement marking conditions not applicable
Paint lines shall be provided for temporary p
for reflective tape. paint
lacen,ent and removal} reflective as
traffic for pp
)n with s shall be incidental to other bid traffic control wilt be paid
All costs in a emeent markings use of (p ed for temporary
lines
rnd ary Pa avement markers used lines and reflective p
under those respective bid items.
8-22.3 3 Markin
A llcation
8.,22.3 3 E Installation
{;April 12, 2018 CFW
GSPj8-22.3(3)E is supplemented with the following:
01.
Section Vines shall be installed per W SDOT Standard Plan M20.20
profiled Type D
eads
,-22.3L31G Glass CFW C.
(March 13, 2012, supplemented with the following: to ten (10)
Section 8-22.3(3)G is supp {led to Type D markings at a rate of eight (8)
Glass beadsne��hull bhundred psquare feet.
pounds per
lied to Type D markings at a rate of ten (10
Bonded core elements
shall be wide by anpe (1) linear foot of marking.
grams per four () i
8-22.3 G R m C.31 of FW GSPj meat Markin s
(April 12, 2 {emented with the following:
Section 8-22.3(6) is Supp
ANNUAL PIPE REHABILITATION PHt SE 3
020)
CITY OF FEDERAL WAY Sp -119 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
flans, the Contractor shall remove existing pavement
As indicated on the p Plastic and raised pavement markings,
markings that may consist of paint, p
g-22.4 Measurement GSPj
(December 13) 2012 CFW following: markings will be per lump sum.
Section 8-22.4 is supplemented with the
Measurement for the removal of all pavement marking
8-22.5 Pa men-
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows'-
The
ollows:The following bid items are deleted,4inear foot.
.Removing Paint Line", per per linear foot.
{removing Plastic Line", p per square foot.
"Removing Painted Crosswalk Line per square foot.
"Removing Plastic Crosswalk Line' , per each.
"Removing Painted Traffic Marking" p
"Removing
plastic Traffic Marking", per each.
The fallowing is a new bid item: er lump sum-
-
Pavement Markings p
(April 12, 2018 CFW GSPj
Section 8-30 and it`s subsections are new sections as follows:
8-300 Description
(April 12, 2018 CFW GSP)
Section 8�-34.1 is a new section: a these
involves the identification and resolution
uutilities,lnfThe Citydw 11 identified in the
This work in
plans between proposed improvements and existing
be
the
costs by
force account if the work proves to notice to they Engineer
Contractor a
performed the work with the authority of and u
8-30.3 Construction Re uirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section= pothole existing utilities to verify the field Vocation
The City may direct the Contractor top of the existing utility,
and depth. potholing
shalt/ include excavations and conditionbackfilling
gand the suNey work to
information to to attained shelf
identification of the pipe or fine size. materia type
locate the facility horizontally and vertically, Surveytion at top
of utility. Stations,
greater accuracy is
include station and offset It be for the of nearest0.1 foeleva ot teunless to %, or with CDF, as
offsets and elevations shat acted to
Engineer, In areas subject to public traffic, the HMA patch shall match
required. Potholes shall be backfilled with CST camp
directed by the Eng improvements and an existing
the depth of the surrounding pavement.
In the event that a conflict arises between the proposed
the Cont a for for standbyutility, the Resolution of Utility Conflicts item
compensate
o p
am Wet:
time and additional work in the following
ANNUAL PIPE REHABILITATION PHAO 3
20)
CITY OF FEDERAL WAY PROJECT #288
SP -120
CFW SPECIAL PROVISIONS VER. 2020.048
existing utility conflicts. Standby time is defined as time
Standby tirr4e resulting from roeeed with progression of a specific work item i.e.
the Contractor is unable to p
storm drainage, underground utility installiaei shalltbe limited to conflicts with existing
facilities. However, payment for standby t time
a. For each agreed upon conflict, lobo maximum�d equipment due to o) hours f util t standby
bonflifotr
will be paid for actual delay of
The Contractor shall be responsible todjust other his
areaswork
of work schedule
minimize
reassign his work forces and equipment
standby time.
b. if the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
aid for at the unit
2. Addit
Tonal work required to resolve utility conflicts will be paid for at the hid unit
red and
p
rices far the associated work. Work that arc naccaunt work. Thi pwork includes but
contract prices shall not be identifie as
is not limited to:
vault, and conduit realignments of line and/or
a. Storm drainage manhole, pipe,
rounding of overhead utilities, to avoid
grade for the storm drain and underg
existing utility conflicts.
vaults, and conduit required by a
b. Additional storm drainage manholes, pipe,
change in alignment, and/or grade, not exceeding the limits set in section 1-
04 a4 of the Standard Specifications.
B-30.4 Measurement
(April 92, 2p78 CFW GSP)
Section 8-30.4 is a new section:
''Potholing Will be measured for force account per Section 1-09. .
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
B-3q_nt
(April 12, 2078 CFW GSP)
Section 8-30.5 is a new section. force account.
"Potholing will be paid by force account
"Resolution of Utility Conflicts",will be paid by
vide a common proposal for all holders, the City has estimated the amount for
To pro
"Resolution of Utility Conflicts" and "Potholia 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
ANNUAL PIPE REHABILITATION PHASE
2
CITY OF FEDERAL WAY PROJECT #288
SP -121
CFW SPECIAL PROVISIONS VER. 2020.046
DIVISION 9
MATERIALS
9-03.12 Gravel Backfill
9-03-12L6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section,
ercent Pass
Sieve Size 100
318" square 90
U.S. No. 430 minimum
Sand Equivalent
9 03 1 31 Common Borrow
(April 12, 2018 CFW GSP) requirements',
Section 9-03.`14(3) is modified with the following q
Material from on-site excav aions i Material ng forl commorements n borrow shall consistBorrow
shall be used to the extent practicable.
gate which is free of trash, wood, debris, and other
of granular soil andlor aggre
deleterious material.
Common Borrow material s
This material is generally mhy stbu easensitt the psve The natural moisture roper moisture content rcontent shalt/
wet Of
range from not more than 1 cent
na accordance with Section 2x03.3{14)Dpercent
The
dry of optimum as determined
material shall not pump or yield under the weight of compaction equipment an
rom
construction traffic. The Cantractor is whenever responsible
possible, To thproe extent practicable, he material f this
excess moisture wherever)
material should be handled only during non -rainy periods and should be
removed, hauled, placed, and
ilin �m5urfa es shoufinal
be graded and sloped to
intermediate handling or stoc p g
drain and should not be left uncompacted.
dation limits:
Common Borrow shall meet t perclentlng Passing (by weight) Size
6" square100
90 100
4" square 75-100
2" square 50-80
U.S. No. 4 50 max.
U.S. No. 40 25 max. 11/
inch
No 200
i For gene sieve
e a reinforced 0 pelrcent paor ssing the I -inch square sieve
inch square sieve and
Common Borrow shall contain sufficient fines for compaction and to bin
d tion
the
compacted soil a aced o ets surface.
a stable surface when heavy con
equipment is p
ANNUAL PIPE REHABILITATION PHASE
02
CITY OF FEDERAL WAY PROJECT #288
SP -122
CFW SPECIAL PROVISIONS VER. 2020.048
ICUi .._ T -2i
9-0515 Metal Castin s
9-05.15 4 Hea Dut Hinged St le Ductile Iron Frame and Cover
(December 2, 2099 CFW GSP)
Section 9-05.15(4) is a new section:
Heavy -Duty hinged style ductile iron Sectioframe and covers shall meet the
be
requirements for metal cacti 90 de re i blockingn 9-c)5.15. emtorp he e ent rshall
accidental
hinged and incorporate g
and
closure. The cover shall b� ep perable by oneZO"deg ee pwhere it ca eithererson using aremafn vpedn
shalt allow for the cover to p to provi
in a secure position or be
aremost removemoved if altd. oolsoolshand cover
be pick
desigslot
nedhtol eliminatesolid point of removal
y and
surface water inflow. The covers ve t debrisllbe lockable with a cam lock from entering and preventing access t
have a cap or cover to pret the
lock assembly. Keys for all lock assemblies will be provided to the City. The
frame and cover assembly shall ededurablele of gaskeWtohcu �ongtraffic shoock a test ad and
of
100,000 lbs and include a p
resist water infiltration. d astandard topslab openings, a
The
Wy Wae and cover assembly y standardavai able in
be Circular,
compatible with City of Fe
a 24 -inch clear opening. The frame and cover depth shall not exceed 4 inches
bolt holes. The cover shall
and the flange shall incorporate o beo in9 traffic soslots dthe lid will open towards traffic.
e
installed with the hinge 9
Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product
Number 001040401-01, Manufactured by EJ Group, Inc., 301 Spring Street, PO
Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com
g_05,15 5 Hi h lm Multi -Pur ose Rubber Composite Ad'ustment Risers
(December 2, 2019 CFW GSF)
Section 9-05.15(5) is a new section: by
Risers shalt be minimum 80% b5trw weigh
risers shall be cled rubber
f uniformIiquality anOd/free
volume recycled RFL fiber. !isers
t be
from cracks, holes, and any
trafficrface defcts.and hal meetorustment exceed rminimumallaad
designed for heavy duty street
capacity requirements of AASHTO. not be cut into piecesrnor usedent s shall as s as shiminstalled Maufacturer
single unit and. shall
certification shall be furnished tpnre tgthat
the
product
uC
requirements of this pcfarvnRisers shall beavailable n standard
thicknesses from 1i2 -inch to 3 -inches; available flat or tapered; and in round,
square, and rectangular shapes.
t Riser shall be Infra -Riser Multi -Purpose Rubber
High Impact Adjustmen
Group, �.ejca1comring Street, PO Sax 439,
Composite Adjustment R
East Jordan, MI, 49727, (800)626-4653,
80Q )626- 6
-1
9-14.2 T
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -123 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
3.14,1 1 To soil T e A
(April 12, 2018 CFW GSP)
Section 9-14.2(1} is supplemented with the following:
% sand or sandy
Topsoil Type A ic comPOs
it ha lalbe hl be igh/°inuorganiiicre ncontentt and n compromised spromised of fully
loam. The so
composted and mature organic materials.
Refer to Section 9-14.4(8) of the Standard Specifications
shall be dried
requirements. No fresh sawdust or other fresh wood by-products
to extend the volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following: 7/16" Maximum
Screen Size
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
(April 12, 20'18 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shah furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture. applied at
at
of purity and germination of each variety. Seed shal4 be app
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
— —� SEEDED LAWN IVIIxTURE _
BY
WEIG PURI
GERMINATI
NAME HT �—jTy —
98%°
_0N�_�
90%°
Tall Fescue / Festuca arundinacea 40%
Creeping Red Fescue / Festuca rubra 25% 98%
90%
Highland Colonial Bentgrass / Agrostis 5% 98%
90%
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne 30% 95%
900
(blend of two. `Fiesta II', 'Prelude II',
`Commander'
9-14.4 Fertilizer
(April 12, 2018 CFW GSP)
Section 9-14.4 is supplemented with the following:
be biodegradable fertilizer packets, 20-10-5. Apply per
Fertilizer for trees shall
manufacturer's recommendations.
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY
(2020)
SP -124
PROJECT #288
CFW SPECIAL PROVISIONS VER 2020.048
9-14.5 Mulch and Amendments
9-14.5 3 Bark or'Wa©d Chi s
(April 12, 2018 CFW GSP) nented with the following:
Section 9-14.4(3) is supe
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 mulch shall not contain resin, tannin, wood fiber or other compounds
detrimental to plant life. 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 '12" screen.
9-14.7 Plant Materials
9-14.7 2 Qualit
(April 12, 2018 CFW GSP)
Section 9-14.6(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 Container
ensure
survival and healthy growth. Shrubs shall have full foliage (not (eggy).
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.
or
Trees will be provided Tresis shall have full crowns hlngle leaders, exct and balanced bra phFngmultiple
stem (clump)
Measurements, caliper, branching, grading, quality, bailing and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 264.1, 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 Handlin and Shiglain9
(April 12, 2018 CFW GSP)
Section 9-14.6(3) is supplemented with the following:
All plant material shall be transported to planting locations with care to prevent
damage. Tie back branches as necessary, and protect barktfrom
chafing ec with
burlap bags. Do not drag plant materials along gr
on
of roots and branchewater as neceect ssary to keepsfrom roots moist. Do not or store plants for
cal
damage and for
more than one week.
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASOE 20) 3
SP -125 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
9-'14.7 4 Ta in
(April 12, 2©1ti CFW GSP)in may be by species or variety
Section 9-14.6(4) is supplemented with theTagg
All plant material shall be legiblytagged.
with minimum of one lag per ten trees' shrubs' or vines. Remove all tagging
prior to final acceptance.
9-14.7 5 Ins ectian GSP}
(April 12, 2018 CFW rant
Section 9-14.6(5) is supplemented with the following:
envy shall reserve the option of selecting and insp�C�i�gy With
The Contracting Ag The Contractor shalt provide the Contracting
The
material at the nursery. plants for shipping 9
at least one week notice prior to preparing
or shall neither deliver to site nor install plant materials until authorise
Contract Agency.
by the Contracting Ag
9-14.7 7Tem ora
Stora e
(April 12, 2098 CFW GSI}mented with the following:
Section 9-14.6(7) is suptants shall not be permitted.
Cold storage of p
set balled and burlapped
If planting is delayed snore than 24 hours after delivery, Cover all
tants on the ground, well protectedW et peatth soil - pro ectwet trootbalAdellls from freezing,
p tont material as necessary
roots of bare root material with al e. Water p
sun, drying winds or mechanical darnag
until planted. Longer storage period at
rejection of plant materials by the Contracting Agency.
plants shall not be shred for more than one week.
project site will result 1
9-14.7 4 Sod
{April 12, 2018 CFW GSP)
Section 9-14.6(8) is supplemented, with the following=
hall be three-way Tall Fescue Blend Sod,
Raptor ill Tall Fescue with
Sod Lawn s der LS Tall Fescue, 33.3
Fescue, 33.33% S o� approved equal -
9 -14
netting,
9-14.8 Stakes Gu s and Wra in
{April 12, 709$ CFW GSP} in or Engineer accepted
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC roundetdree stakes with Chainlock guying
product. No wrapping req
9-14.9 Root Barrier,
(April 12, 2018 CFW GSP} root
Add the following new section:
ro lane with 112 -inch reinforcing ribs.
Barrier shall be 18 -inch high, minimum tlyckness 0.090 -inch, interlocking
Root B act v
barrier panels constructed of high -imp polypropylene
ANNUAL PIPE REHABILITATION PHASE 3
HSE3
(2020)
CITY OF FEDERAL WAY PROJECT #288
SP -'126
CFW SPECIAL PROVISIONS VER. 2020.046
9-15.1 Pi e. Tubin And Fittin s
{April 12, 2018 CFW �esments with the following:
Section 9-15.1 is st shall be pVC or approved equal. All fittings
VC s shall be Sch 80 PVC. All
All pipe and tubing
PVC -
pipe for the main, laterals, and sleeving shall be Sch 4
9-15.5 Valve Boxes and Protective Sleeves
(April 12, 2018 CFW GSP)
supplemented with the following: re flared box, HDPE construction with UV
Section 9-15.5 is s for n lacking, 17'L x 24" D x 12" W with green HDPE
Valve boxeduty se grey
eat collar, drop
inhibitors, heavy i
drop in locking lid. duty polymer
shall be grey heavy
ned to withstand H-10 and H -
Valve boxes for Double Check Valve Assembly compliant
concrete, top dimensions 25'L x -defib and 24:, Q areas.traffic se b x mus 8 e com. Sox
in incidental and non -deliberate 857 95 Designate box must be Com over.
20 loading concrete
with AASITYC) H-10 Design Land; ASTM
shall be alkaline, acid and weather ressean t, with flush locking polymer
Verify size to fit Doubie Check
quick coupler shall be light duty HDPE with l -!V inhibitors, 10" diameter
Valve boxes for 4
flared box with bolt down Cover-
9-15
over.
9-15.6 {Gate Valves GSP}
(April 12, 2018 CFW cast iron handwheel,
Section 9-15.0 is supplemented with the following: and heavy
du cast brass body applications, with screwed bonnet,
Gate valves shall be heavy duty
suitable for residential edge d ne and cial integral seats. otable water
non -rising stern, solid
9-15.7 Central Valves
g_15,7 "0
Manual Control Valves
(April 12, 2018 CFW GSP} duty cast
Section 9-15.7(1) is supplemented with the fallowing:
v cast iron handwheel, suitable for residential ing s r
Shut off valves upstream of automatic control valves shall be a Cavy
brass body gate valve with heavy
commercial potable water applications, with screwed bonnet, non
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Re Matin Valves
(April 12, 2018 CFW GSP) water pressure from up
Section 9-15.13 is supplemented with the following: with
elating valve shall be designed to reduce incoming Construction,
Pressure reg a of 25-75psi. Valve shall be all bronze body
to 400psi to a rang
al ex ansian bypass, serviceable in line, with internal stainless steel strainer.
therm p __ . r, [OR
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
CITY OF FEDERAL WAY PROJECT #288
SP -127
CFW SPECIAL PROVISIONS VER. 2020.048
9-'18.3 Vacant
letcerrrber 12, 2012 CFW GSP)
(t
Section 9-18.3 is deleted and upblaced with the following new Section have the option of using
9-18.3 Block Traffic
In construction of the blo�n inhecurb,
planshep bo riled the shall
me length black is used
either length block sho
throughout the entire project. qualityrtlsand and gravel, the
The curb units shall be made from PO left to ea discretion of nd cement dthe gproducer when g as the unit
for end
proportions of which will b psi at 28 days w
develops a minimum compressive strength of 1,fiQ0
loading.
ravel, and cement, the type of forms used, and the method of
The proportions of sand. g unit is obtained on the
m acting the concrete in the forms shal�oa�c be
esmasanry as dense, smooth, and
co p
uniform a surface as is practicable or a
ns except that if not more than 5 percent omore
finished curb units. The faces that are to be exposed shall be free from chips. cracks, the
holes, honeycomb, or other imperfect
shall not be deemed grounds for rejections and
curia units contain slight cracks, smahlships not larger than Yz inch, or air hoes co The
than 'Iz inch in diameter or depth, approxi
the same
units used in any contiguous line of curb shall have app
surface characteristics.
SECTION 9-21 RAISE PAVEM NT ARKERS RP
9-21.2 1 Ph sicai Pro ernes
{March 13, 2012 CFW Giem}ented with the following:
Section 9-21.2(j) is supe
Type 2 raised pavement markers shall NOT be ceramic.
FAB
r-�C [ 1 N � GU C1C;NIN MA
S T
9-28.1 General
(January 8, 20e i CFW GSPj signs, except
Paragraph three is deleted and replaced with the following: � and � series) g
All regulatory (R series), school (S series), and warning
parking regulation, parking prohibition signing and signs of fluorescent yellow color
for pa g e III Glass Bead Retroreflective Element Material sheeting
shall be constructed with Type
in accordance with Section 9-28.12 of otScandler/ qua elff of for white -silver t sheeting
ti g
retro reflection rating
Of 259 candelas) ie of minus 4 degrees, This
with a divergence angle of (}.2 degrees and an All street name (D-3] sign
incidence a supplemental plaques
sheeting shall mee
high intensity sheeting shall be Typegreater.
Ill sheeting or # this specification. The reflectivity standard of supe
shall match that of the primary 9
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school
sheeting in accordance with Section 9-28.1
Micro
S series) of florescent yellow color shall meet gihe specifications of Type I the
Prismatic Retroreflective Element Material lies to all signs mounted above
of the Standard Specifications. This standard app
on span wire or signal mast arms and all regulatory (R series} and school (S
roadway, P
ANNUAL PIPE REHABILITATION PH �
202
CITY OF FEDERAL WAY PROJECT #288
SPA 28
CFW SPECIAL PROVISIONS VER. 2020.04B
series) signs of fluorescent yellow color
Z)
hall match that of the primary sign.
d
parking signing shall be constructed with Type l Glass Bea
Materialsheetingtivitaccordance eental plaquwith es shall.12 of the
matchmatch that
The reflectivity standard
The reflectivity standard of supplemental plaques
Motorist information and
Retroreflective Element
Standard Specifications.
of the primary sign.
8.28.2 Manufacturer's Identification and Date
(pctober 23, 20'14 GFW 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 Sans
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following:
Blank j
Maximum Dimension Thickness
Leser n 30 inches
0=080 inches
Greater than 30 inches, less than 48 0.100 inOO in s
inches —� 0.125 inches
Greater than 48 inches
Section 9-28.8 is supplemented with the following:unless
All permanent signs shall be consneert Slgsei blarom nk min mum hick aluminum sign esbsles, based on
otherwise approved by he Engi
maximum dimensions, shall be as follows:
s, The
All D-3 street -name signs shall
nentcs[ signs h with
meet oo-lex exceed the mknimum
Contractor shall install perms 9 lied to sign blanks with
reflectivity standards. Ali sign face sheeting shall be app
pressure sensitive adhesives.
9-28,9 Fiber lass Reinforced Plastic Si ns
(December 18, 2049 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.14 Si in Su 3ort Structures
(December 18, 2009 CFW GSP) with the
Section t9-28-14 snless otherwiseed on he plans o\rlapproved by the engineer, all sign posts
shall be timber sign posts.
9 28 14{11 Timber Sign Posts
december 18, 2009 CFW GSP)
Section 9-28.14(1) is supplemented with the following:
All ground -mounted sign posts shall
E glneerr Ailrwood postsfsha I be
posts unless approved otherwiseY
buried a minimum of 30 inches below the finished ground line. Post backfill
ANNUAL PIPE REHABILITATION PHASE 3
CITY OF FEDERAL WAY 2020)
PROJECT #288
SP -129
CFW SPECIAL PROVISIONS VER. 2020 048
shall be compacted at several levels to minimize settling. All posts shall be
two-way plumb.
g-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.
Manufacturer
Steel Si n Su ort T e Transpo Industries, Inc.
Type TP -A & TP -13
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 Ultiniate Allied Tube & Conduit,Products,
.,
Northwest Pipe, Inc.
Type SB -1, S13-2, & SB -3 Ultimate Highway Products,
Xcessories Squared
Development and
Manufacturing Incorporated,
Northwest Pipe, Inc.
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9 34 3 4 T e D — ti uid Cold A
2plied Methyl Methac late
(March 13, 2012 CFW GSP)
Section 9-34.3(4) is supplemented with the followir�g:
The methyl methacrylate [Mcapable material shall b ng a minimum of two yeformulated as a ars
durable pavement marking system
m continuous MA),performance.wet-continuous reflectiveThe ) shall product and nd placed shall have a
methacrylate (MMA}, wet c
dry time (cure) to the touch of nasthan �t hmaterial b
capable of retaining reflective bead and ceramic micro -crystalline
ed by the
elements of the drop -on or
t ble fopr bituminous and concrete npa�ementsThe
binder shah be lead free and s
9-34,4 Glass Beads for Pavement Markin Materials
(March 13, 2012 CFW GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
ANNUAL PIPE REHABILITATION PHASE 3
CITY OF FEDERAL WAY 20)
PROJECT #288
SP -130
CFW SPECIAL PROVISIONS VER. 2020.046
Surface -drop glass beads shallbe
"UtahmanBlend
u er' with a Methacrylate compatible
coupling agent approved by the material
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Bore Elements or with a
Surface --drop ceramic elements
lemapproved ntlby tf�el be hrr►aterial mane Series ufacturer Elements shall meet
compatible coupling age
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per
ASTM 2176. ents
or yellow
The bonded core reflective elQ bonded to thellopacified ccontain ore. These ther r elements shall not
microcrystalline ceramic beads b "dry -performing` microcrystalline
be manufactured using lead, chromate or arsenic. All "dry -P g
ceramic beads bonded to the core immersion have a n ethod minimum ll `wet performing'ctimicrocrystallineao7
en
tested using the liquid oil
ceramic beads banded to the core shall have a minimum index of refraction of 2.30
when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series.
"S" series is a slightly finer gradation of elements compared to standard.
Element_Gradations _
Mass Percent Passim (ASTM — — _
""
US Mesh Micron Standard Elements
S
meSeries
12 1700 80-100
14 1410 45-80 70-96
16 1180
18 1000 0-20_ 5-60
850 0-7 0-25
20 0-7
30 600
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their s� s� all bemade by adding 5�7 ccce after
solution
cancent concentrated weight)
o id
sulfuric acid. The 1°/° acid solutio
into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the
water, not the reverse.
The bonded core elements ar sued foreuse withptMMA shall havet dent fid ationnon
the MMA binder. Elements trea
packaging or label to indicate use with the MMA binder.
Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide
by one (1) linear foot of marking.
Reflectanceical retro
Typical initial retro reflectance values are shown in the Table below. Typical
reflectivity is averaged cvermmo n redings.surfaces.nimum Values lepr<~sent both results rstanda epresent d
average performance fors pavement
ANNUAL PIPE REHABILITATION PHAU2
CITY OF FEDERAL WAY
SP -131 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.04B
e and
va due to differences in pavement
cornpen ate for
and "S" series elements. Results may ry rate may be necessary
area charayteristic of rough pavement surfaces. The initial retro
surface roughness. increased element drop e the average value determined by the
increased surface retro -
reflectance of a single i outlined n shall b rllycandefas per square foot per foot-
racedures outlined in ASTM E 17� . using a 30 -meter {98.4 feet
measurement p expressed in units of
reflectometer. RL fc-shall be exp
candle [mcd(ft-2)()]
The optics incorporated into the pavement marking system shalt be tend ASTM E2176
b an independent laboratory to meet ASTM E2177 for wet -recovery
Y
for wet -continuous performance levels. reflectance value of
The pavement marking system installed shall meet a minimum Dry nye value of Pavement
T p bite pavement markings and 500 M� DIM eI lectar yellow pavem3-75
ent
700 MCDIM21LX for w as described by ASTM 2 )
markings and wet -recovery ( 217�i testing) reflectance values
white pavement markings and 281)M CDIM2lLX for yellow pavement
MCDIM2ILX far as described by A5 125 MCDIM2lLX for yellow
markings, and wet -continuous { s and the Traffic
s as measured with a 30 meter device approved by
of 150 MCDIM2lLX for white pavement marking
pavement marking TED}.
Engineering Division
required to take and record readings every 500 feet. utilizing a 30
The Contractor will be a the Traffic Engineering Division. These readings shall be
meter device approved by
Bail report and submitted to the pra4ect engineer at the end of each
recorded on they
work day or shift. ^
Standard Plans
-01
February �' 2f]20 W5D® Standard Plans for Road, Bridge and effective Septemb�rs3, 2019 s made
The State of Washington Sta
transmitted under Publications Transmittal No,
PT 16-048, effey
a part of this contract.
The Standard Plans are revised as follows:
AA -50 with Single Slope Barrier, reference C -
Sheet 2 of 2, Plan,
A-50.20
Plan, with Anchored Barrier, reference C-1 4a is revised to C-70.1
Sheet 2 of 2,
Areference C -14a is revised to C-70.1
SheE:t 2 of 2, Plan (top),
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY PROJECT #288
SP -132
CFW SPECIAL PROVISIONS VER. 2020 04B
B -10,60_E
LETED
B-82.20
DELETED
BBQ
Valve Detail – DELETED
9___1
Delete Note 1.
work and the guardrail raising work
to read "Remove all rail washers, also called "Snow Load Rail Washers"
Revise Note 2 raising beam guardra
when encountered during
requires removal of the rail.
Re -number all notes.
C -4b
DELETED
C -4e
DELETED
C -8a Type 4 Detail"
Delete "SectionAA, YP
CCS
Delete Notes 1 & 2. Re -Number all notes.
Del
ete "Snow Load Post Washer" and "Snow Load Rail Washer" details.
C-20.19
DELETED
C-2� 24
.1
DEL_ET E❑
Elevation – D x (0.1) + 31" is revised to read:
CC�6
Note 3, formula(Elevation lS "Elevation x 0.1)( S
+ 31112"
"Elevation G =
r-- elevation view detail, the callout "SOFTSTOP (TL -2)
C_22.45 TL -2) TL -2) SYSTEM
For the SOFTSTOP 38 – 4 1I2" is revised to read "SOFTSTOP
SYSTEM LENGTH
LENGTH = 33' -- 3 1f2'
C-40.14
DELETED
CSD
ANNUAL PIPE REHABILITATION PHASE 02 )
CITY OF FEDERAL WAY PROJECT #288
SPA 33
CFW SPECIAL PROVISIONS VER, 2020 04B
located at the
Sheet 1, Side Elevation: The bottom b� �ligfed' w the bottom zontal of a� 2#4 stirrup bars to
base of the barrier is repositioned t
match the bar positioning shown on Sheet 1, section A.
Sheet 1, Reinforcing Steel Bending Diagram,
(3)— Pin Slot Bar detail: Add the following
callow
t to the detail, "HOT DIP GALVANIZE AFTER FABRICATION (ASTM A123 OR
Ap,SHTO M III)"-
Sheet 2 ANCHORING PIN ASSEMBLY DETAIL:The
ROLL" s now changedfirst line of the tion to "1 1/2
She under TM A36 ,
the title was "1 1/2" DIATER HOT ROLL
DIAMETER (ASTM A36),
C 70.10
Sheet 1. Note 1 was — "1 PERMANENT INSTALLATION inrequirements:
i ementsnt Embed barrier Embed ri3r
3„ (in) minimum;..." is revised to read: `1 minimum in soil; ...
(in) minimum in asphalt or concrete; embed barrier 10" (in)
ing Note 3 is renumbered to Note 2.
Sheet 1, existing Notes 2 and 4 are deleted. Exist
" reveal
in
Sheet 1, add new Note 3, "3. See Sheet 2 for i haai31-6,itreveal inOstalled inasphaltor
asphalt or concrete. See Sheet 3 for barrier
concrete."
Sheet 1, ier lifting slot was "T —
Elevation: The dimension from the barrdi the barr end �ehlitt lifting dimension was "5'
to �'4 — S" (TYP) , an
4" (TYP)" is now changed
0'' (TYP)" is now changed to "3' — 0" (TYP)"
" IN TO 5" (IN) MAX.
Sheet 2, the detail titled '-3' — 6" BARRIER FOR USE WITH A 0 ( )
GRADE SEPARATION" has the following changes:
TO 4" (IN)
1. The detail title is changed to "3' — 6" BARRIER FOR USE WITH A 0" (IN) )
MAX. GRADE SEPARATION"' " is changed to "GRADE SEPARATION -
2. The caliout 'GRADE SEPARATION --5" MAX.
4" MAX."
C-75.10
Note 2 is deleted. Renumber subsequent notes.
C-75.20
Note 2 is deleted. Renumber subsequent notes.
C�-7530
Note 2 is deleted. Renumber subsequent notes.
C, 5-11
Add new Note 3 "3. The ii}tended use of this planContacttplacing
the HQ Bridge barrier
traffic jIbarrfront
iier
of bridge piers on bridge retrofit projects only
s ecialist before using this barrier placement plan for projects involving new or
P
reconstructed bridges.
CC -85.1 44
ANNUAL PIPE REHABILITATION PHAS02 )
CITY OF FEDERAL WAY PROJECT #288
SP -134
CFW SPECIAL PROVISIONS VER. 2020.046
DELETED
C-90.10
DELETED
❑-10-10
1 may be used if no traffic barrier is attached on top of the Wali. Walls with
Wall Typeall are
traffic barriers attached on top of the � WSDDT Bridge rDesign Man(BDM) andlthe
designed in accordance with the Curren
revisions stated in the 1113115 Bridge Design memorandum.
D-10.15of the
th
Wal} Type 2 may be used if no traffic barrier
are considered no� -Standard land sihalls i �Ibe
traffic barriers attached on top of the wall
designed in accordance with the current WSDDT BDM and the revisions stated in the
1113115 Bridge Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
DDS
Wall Type 6 may be used in all cases.
D-10.40 attached on to
ith
Wail Type 7 may be used if no traffi arrer is considered nonp- f the w lat
and shallbels
traffic barriers attached on top of thei
designed in accordance with the current WSDDT BDM and the revisions stated in the
1113115 Bridge Design memorandum.
D-10.45
Wail Type 8 may be used if no traffic
eonsidered nop-standard and ls slha4l rbe
traffic barriers attached an top of thewallare c
designed in accordance with the current WSDDT BDdM and the revisions stated in the
revisions stated in the 1113/15 Bridge Design
D-15.10
STD Pians ❑-15 series "Traffic Barrier Details Reinforced Concrete Retaining Walls"
are withdrawn. Special designs In accordance ththe urentWSDDT BDM are
required in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details r wthf ��� d Concrete SDDT Retaining
BDM aalre
are withdrawn. Special designs In accordance
required in place of these STD Plans.
D-15.30Cncrte
STD Plans D-15 series "Traffic Barrier Details
f the dCuraenteWSDDT IBDM ng aalre
are withdrawn. Special designs In accordance wth
required in place of these STD Plans.
ANNUAL PIPE REHABILITATION PHASE
02
CITY OF FEDERAL WAY PROJECT #288
SP -135
CFW SPECIAL PROVISIONS VER. 2020.046
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
N-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
in
1$, was - "When service cabet is installed within right of way fence, see Standard
Note
Plan 18, w 2 for details." r 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
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. VVhen the utility requires meter base to be mounted on the side 4 s back
of
the service cabinet, the meter base enclosure shall be fabricated from type
steel."
CITY OF FEDERAL WAY ANNUAL PIPE REHABILITATION PHASE
0)
SPA 36 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 1201277 volt "T"
rated). Is revised to read: ,Test Switch (SPDT snap action, positive close 15 amp -
120l277 volt "T" rated)."ide " Is revised to
Key Note 14, was - "Hinged dejdtumfront
fastenersurn fasteners or slide latch r slDeadtfront panel bolts
read; "Hinged dead front with
shall not extend into the vertical limits of the breaker array(s)."
Key Note 15, was - "Cabinet Mn Bonding apshall
e4lutinned copper.
See Cabinet Main bonding
�Pda�ndard PlanJ43bs revised to read,
uss shall be 4 jug
"Cabinet Main Bonding JumpbeneAssembly ndinBg Ju perAssembllytdetatlscopper See
Standard Plan J-10.20 for Ca
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.
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
BOLTS
Sheet 1, Elevation View, Round ConcreteTHREE REQ D.ePER ASSEMBLY S REVISED
(1N) x 30' (IN) FULL THREAD
TO READ: "ANCHOR BOLTS _ 3/�" (IN) x 30" (IN) FULL THREAD FOUR REQ -D, PER
ASSEMBLY"ctinghe dista
Sheet 1 of 2, Elevation view#Rreinforc ng bar shown,d dimension (read t3" CLR,.Def to "(TYp Y
c m he top
of the foundation to find 24
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 t e top,
of the foundation to find rasion, depictingfgtf�e distance f ar shown. � m the bottom CLR.
o Dheete foundation
from the 2 '/" CLR. dime
to find 1 # 4 reinf. Bar.
ce from the top
Sheet 2 of d tion too Elevation 2 #4 ound), add reinforcing bemension ar shown: to the
CLR. Delete ` (TYP.)'
of the foundation. to find
from the 2 '/7" CLR• dimension, depicting the distance from the bottom of the foundation
to find 2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Sq eanforcing bar shown. to d dimension tread: 3" CLR. Delete '(TYP.)
of the foundation to find #
from the 2'" CLR. dimension. depicting the distance from the bottom of the foundation
/2
to find 1 # 4 reinf. Bar;
mping Boit (TYP.} - 3/4" (IN) Diam. Torque Clamping
Detail F- callout, "Heavy Flex Cla
Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYP.) - 314" (IN) Diam.
Torque Ciamping Bolts (see Note 1)"
Detail F, callout, 6;314" (IN) x 2' - 6" Anchor Bolt (TYP.) Four
rR Required red ((See
S eeN of 2))" is
revised to read; `314'" (IN) x 2'- 6" Anchor Bolt (TYR)
- Three
J-21.15
ANNUAL PIPE REHABILITATION PHASE
�
CITY OF FEDERAL WAY
SP -137 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
Partial View, callout, was — LOCK NIPPLE 1 '/z" DIAM., is revised to read; CHASE
NIPPLE 1 '/2" (IN) DIAM.
J-21.16
Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
Ramp Meter SignalLOCK NIPPLE elevation, di/2" D`AM is 4s revised to read CHASE NIPPLE
Detail A, callout, was —
-• 1 '/z' (IN) DIAM.
J-28.24
Case E and Case F Section View dimension callout, °3' — 0" MIN. FOR BEA
GUARDRAIL. 4'— 0" MIN. FOR CONC, BARRIER TYPE 2' is revised to read. `51 — 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 H Detail F, cailout, "12 ev sed to read; "12 X 13 x S.S. /2" SES.T ENTA HEAD BOLT AND 1/2"
FLAT WASHER" is re
(IN) S. S. FLAT WASHER"
J-75.2(]
Key Notes.. note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel
Bands", add the following tbthe
lts and washers may berused inStainless
place of stalinlesscalest with
el
stainless steel ends, nuts, o
bands and associated hardware."
J-81.10
Power Distribution Block Diagram, lower left corner, Sheet 1 of 3; Switch Pack 2; circus
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 o
Type 2 concrete barrier (See Standard Plan C-8)on cement
cone ran te pavement,cement bridge
decks, or hot mix asphalt pavement, and TypeF
pavement or bridge decks.
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
ANNUAL PIPE REHABILITATION PHASE
CITY OF FEDERAL WAY (20 20)
SPA 38 PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.046
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 o
Type F NARROWSe SStd oPlantC 8a) barr(Concrete Barrier o e Standard Plan
cement concor Type 4 rete pavemType
ent,
2 Narrow Base
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 g upper left
❑ouble-Left Turn Channeiization (with Right Turn Pocket) view, dimension,
was "40' if Posted Speed is 40 MPH or less 100' if
corner, "taper" dimension; eallaut —" is revised to read; "See Contract"
Posted Speed is more than 40 MPH
M-5.10
Rigright corner, "taper" dimension; callout
ht -Turn Channelization view, dimension, upper 9
— 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-10.20-00......10/5/07
7/31 /19
A-10.30-00......10/5/07
8/11 /09
A-20.10-00......8/31
/07
A-30.10-00 ......
11 /8/07
A-30.30-01 ......6/16/11
A-30.35-00.......10/12/07
B-5.20-02 ........ 1 /26/17
B-5.40-02.........1 /26/17
CITY OF FEDERAL WAY
A-40.00-00 ......... 8/11 /09
A-40.10-04 .........
7/31 /19
A-40.15-00 .........
8/11 /09
A-40.20-04.........1 /18/17
A-40.50-02.........12/23/14
.......... 6/28/18
A-50.10-00.......11
/17/08
A-50.20-01.........9/22/09
B-30.50-03.........2/27/18
B-30.70-04.........2/27/18
SP -139
A-50.30-00 ....... 11 /17/08
A-50.40-00 .......
11 /17/08
A-60.10-03........12/23/14
A-60.20-03.........12/23/14
A-60.30-01
.......... 6/28/18
A-60.40-00
.......... 8/31 /07
B-75.20-02 .......... 2/27/18
B-75.50-01 .......... 6/10/08
ANNUAL PIPE REHABILITATION PH 02 )
PROJECT #288
CFW SPECIAL PROVISIONS VER. 2020.048
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........2/7112
6/1106
B-15.40-01........2/7/12
1126/ 17
B-15.60-02 ........
1126/ 17
B-20.20-02 .......
3/16/12
B-20.40-04.......2/27/ 18
B-20.60-03 .......
3/15/12
B-25.20-02 ........
2/27/ 18
B-25.60-02.........2/27/18
B-30.10-03 ....
***,,2/27/18
B-30.15-00........2127/18
B-65.40-00 .......... 6/1 /06
B-30.20-04 .........
2/27/ 18
B-30.30-03 ......... 2127/ 18
B-30.40-03 ..........
2/27118
B-30.80-01 ..........
2/27/ 18
B-30.90-02 ........
1 /26/17
B-35.20-00..........6/8/06
6/1 /06
B-35.40-00..........6/8/06
/03
B-40.20-00 ..........
6/1106
B-40.40-02 ........
1126/ 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/ 1106
B-70.60-01 ..........
1 /26117
C-1 ....................6/28118
11 /10/05
C-1 a .................7/14/15
/6/09
C-1 b ...................8/12/19
6/1 /06
C-1 d ................10/31
/03
C -2c ..................
8112/19
C -4f ...................
11 /10/05
C -6a...........- ...•10/14/09
11 /10105
C-7 .....................
6116/11
..............
C -7a ...................
6116/11
• •"2110/09
C-8
6/8/06
.....................
C -8a ....................2/29/16
7125/97
C -8b ....................2/21/16
/10/05
...11
C -8e ....................6/3QF04
/07
C -8f............••-.•"..6/30
0
C -16a .................
6128/ 18
C-20.10-05......... 8/12/19
C-20.11-00........7/21/17
C-25.80-05........
C-20.14-04..........
1219
D-2,04-00 ........
11 /10/05
D-2.06-01 ..... ...1
/6/09
p-2,08-00........11110/05
6/1 /06
D-2.14-00........11110/05
6/ 10/08
D-2.16-00-......11110/05
6/1 /06
D-2,18-00 ........
11 /10/05
D-2,20-00 ........
11 /10105
D-2.32-00 ........
11 /10/05
D-2.34-01........16/6/094
6/8/06
D-2.36-03. •.. •"'
6/8/06
D-2.42-00. • • •....11
11 /10105
D-2.44-00.. • • •
/10/05
...11
D-2.60-00........
/10/05
CITY OF FEDERAL WAY
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
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.........6110/08
. 7121117
B-90.10-00 ..........
6/8/06
B-90.20-00 ..........
6/8/06
B-90.30-00 ..........
6/8106
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 ..........
6128/ 18
C-20.15-02 ....... ...6/
11114
C-20.18-03..........8112/19
8122119
C-20.19-03 ..........
8/12119
C-20.40-07..........
8112119
C-20.41-02 ........
-8/12/19
C-20.42-05 ..........
7 15
C-20.45.02........
12119
8 11
C-22.16-06.......
. 7121117
C-22.40-07 ... • .. _811
2119
2119
C-22.45-04........
11511 10/0 0/0
C-23.60-04-.......8112119
7/21117
0.24.10-02........
418112
C-25.20-06 .... ....
7114/ 15
C-25.22-05 ........
7/14/15 711/144/ 15
C-25.26-04. -......
/15
C-25.30-00 .....
. 612811$
C-25.80-05........
8121129
C-40.16-02---••..
/14
D-2.48-00.-•.....11
/10/05
D-2.64-01...-
8122119
-
D-2.66-00...-.
11/10105
D-2.68-00........
11/10105
D-2.80-00. -......
11/10/05
D-2.82-00........11110105
11 / 10/05
D-2.84-00........11110105
/ 14
D-2.86-00..-.....11110/05
718/08
D-2.88-00........5
D-2.92-00........
11511 10/0 0/0
D-3.09-00.......
.5/29/13
D-3.10-�01..
418112
D-3.11-03..-..
6/11114
C-40.18-03 ........7/21117
519116
C-60.10-00 .......
8122119
C-70.10-01........6117114
C-75.1 0-01 ........
6111114
C-75.20-01........
6111114
C-75.30-01 ......
111/14
_ 6/11
C -8Q.10-01........
/ 14
C-80.20-01........6111114
718/08
C-80.30-01 ... ...
C-80.40-01........
6/11114
C-80.50-00........
4/8112
C-85.10-00........418112
418112
C-85.11-00........
C-85.14-01.•-•-•..6130114
6111/14
C-85.15_01 ........
C-85.16-01........
6/17/14
C-85-18-01........6111114
C-85.20-01........6111
/14
D-3.17-02 .. .
519116
..12111
D-4 ....................6119198
98
D-6 ..............
D-10.10-01......
1212/08
D-10.15-01......12$20
9
D-10.20-01......
D-10.25-01 .........
817119
D-10.30-00. • •.....718/08
718/08
D-10.3 5-00 ........72/08
D-10.40-01......
D-10.45-01......12/2108
ANNUAL PIPE REHABILITATION PH 020)
PROJECT #288
Sp -140
CFW SPECIAL PROVISIONS VER. 2020.048
D-2.62-00 ........ 11 /10/05
D-2.46-01 ........ 6/11 /14
E-1 ....................
.....5/29/98
E-2 ...............
F-10.12-03 ....... 6/11 /14
F-10.16-00 .......
1 2/10/06
F-10-18-01 .........
17
F-10.40-03..••.••..
6/29/16
F-10.42-00.........
/23/07
G-10.10-00........9/20/07
8/11 /09
G-20.10-02........6/23/15
8/27103
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
G-24.40-07.....6/28/18
F-40.14-03 ......
G-24.50-05.....8/7/19
J-10.21-00..
G-24.60-05.....6/28/18
J-10.22-00.......
H-10.10-00 .......... 7/3/08
H-10.15-00 .......... 7/3/08
H-30.10-00 ......10/ 12/07
I-10.10-01 .........
8/11 /09
1-30.10-02.........3/22/13
8/27103
1-30.15-02.........3/22/13
4122114
1-30.16-01 .........
7/11 /19
1-30.17-01 .........
6/12/19
D-3.15-02 .... 6/10/13
D-3.16-02 ... ... 5/29/13
E-4
6/10/13
......... .........:.
E -4a ................
8/27103
F-10.62-02........
4122114
F-10.64-03........4122114
1-40.10-00.........9/20/07
F-30.10-03 ........
6/11/14
F-40,12-03 ........
612 9/ 16
F-40.14-03 ......
..6/29/ 16
J-10
6/10/13
.................7/18/97
J-10.10-03. • • .
/19
J-10.15-01 ..... ...
1/15
1 14
J-10.16-00.....6/3/15
1-40.10-00.........9/20/07
J-10.17-00.....6/3/15
/17
J-10.18-00....
6311119
J-10.20-02.....
.
J-10.21-00..
653/1
J-10.22-00.......
13
J-10.25-00.....7/11
/17
J-12.15-00......6/28/18
J-40.10-04 ......4/28/16
J-12.16-00 ......
6/28/18
J-15.10-01 ........
6/11 /14
J-15.15-02......7/10/15
J-40.35-01...... 5/29/13
J-20.10-04...
• • • • . 7/31/19
J-20.11-03.. •
•. • •. 7/31/19
J-20.15-03........
6/30/14
J-20.16-02........6/30/14
G-25.10-04 .......
6/10/13
G-26.10-00.....7/31
/19
G-30-10-04--.6/23/15
66 2/2 919
G-50.10-03.......6/28/18
1-40.10-00.........9/20/07
G-90.10-03......7/11
/17
G-90-11-00---
...4/28/16
G-90.20-05 . -
.7/11/17
G-90.30-04. .
J-29.16-02 .......
G-90.40-02..
. :.4/28/16
CITY OF FEDERAL WAY
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.........
J-28.42-01 .......
1-30.30-02.........
6/12/019
1-30.40-02 .......
66 2/2 919
1-30.60-02.........
1-40.10-00.........9/20/07
J-28.60-02 .......
J-28.40-02......6/11 /14
J-28.42-01 .......
6/11 /14
J-28.43-01.......6/28/18
F-45.10-02........
J-28.45-03.......7/21116
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.......7/21116
J-75.45-02 ......
J-29.16-02 .......
7/21 /16
J-30.10-00......6/18/15
J-80.15-00 ..
J-40.05-00......7/21
/16
J-40.10-04 ......4/28/16
J-86.10-00.
J-40.20-03......4/28/16
J-90.10-03......6/28/18
J-40.30-04......4/28/16
J-90.20-03.......6/28/18
J-40.35-01...... 5/29/13
J-40.36-02......7/21
/17
J-40.37-02......7/21
/17
F-40,15-03 ...... -6/29/16
F-40.16-03. - ......
6115/
F-45.10-02........
16
F-80.10-04....•.--7/15116
10/13
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......2116/12
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.•••..•...6/15/16
10/13
1-80.10-02 ... .......
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.. - .
,7/10115
J-75.30-02......7/10/15
J-75.40-02..
... 6/1116
J-75.41-01..
--.6/29116
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
J-90.50-00...
-6/28/18
ANNUAL PIPE REHABILITATION PHASE 3
(2020)
PROJECT #288
SP -141
CFW SPECIAL PROVISIONS VER. 2020.04B
J-20.20-02........5/20/13
J-20.26-01........
7/12/12
J-21.10-04......6/30/
14
J-21.15-01......6/10/13
K-80.37-00 ....... 2/21 /07
J-21.16-01 ......
6/10/13
J-21.17-01 ......
6/10/13
J-21.20-01 ......
6/10/13
J-22.15-02 ...... 7/10/15
J-22.16-03......7/10/
15
J-26.10-03.....7121 /16
J-26.15-01.....
5/17/12
J-26.20-01.....6/28/
18
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-50.25-00 .......613111
J-28.24-01.......6/3/15
J-28.26-01......12/02/08
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
M-1.60-02.........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
/19
M-1.80-03.........6/3/11
..7/21 /17
M-2.20-03.........7/10115
7/21117
M-2.21-00......7/10/15
/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
J-50.15-01 ...
M-3.50-02 .........
6/3/11
M-5.10-02.........6/3/11
J-50.18-00.......817/19
M-7.50-01 ......... 1 /30/07
M-9.50-02 .........
6/24/ 14
M-9.60-00 ........2/10/09
J-40.38-01.......5/20/13
M-40.30-01 ....
J-40.39-00......
5/20/13
J-40.40-02......7/31
/19
J -45.36 -OO...,
..7/21 /17
J-50.05-00 ......
7/21117
J-50.10-01 ... ....7/31
/19
J-50.11-02 .......
7/31 /19
J-50.12-02......8/7/19
M-80 .10-01 ......
J-50.13-00.......8/22/19
M-80.20-00......
J-50.15-01 ...
.... 7/21 /17
J-50.16-01..
,...3/22/13
J-50.18-00.......817/19
/17
J-50.19-00.......8/7/19
J-50.20-00.......6/3/11
J-50.25-00 .......613111
J-50.30-00.......6/3/11
J-60.05-01.......7/21116
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-40.30-01 ....
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
M-20.20-02........4/20/15
M-60.10-01......6/3/
M-20.30-04 ........
2/29/ 16
M-20.40-03........6/24/14
M-20.50-02 ........ 6/3/ 11
M-24.20-02.......4/20/15
M-80 .10-01 ......
M-24.40-02.......4/20/15
M-80.20-00......
M-24.60-04.......6/24/14
M-80.30-00......6/10/08
M-24.65-00......7/11
/17
M-24.66-00......7/11
/17
M-40.10-03......6/24/14
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......9120/07
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......6/27111
M-65.10-02. .....
5/11/11
M-80 .10-01 ......
613/11
M-80.20-00......
6110/08
M-80.30-00......6/10/08
END DIVISION 9
ANNUAL PIPE REHABILITATION PHASE 0)
CITY OF FEDERAL WAY PROJECT #288
SP -142
CFW SPECIAL PROVISIONS VER 2020.048
►A
\ � I
m
W
r -
D
a
0
a�
MO
�M
L3
Lu
W LnW
wl'rjJ
OwZ
" )d
U NQ UNCI
z nL L
� �w
w o
w
0 `�7m
W
z=1
oCa
�S
Lu in
MS
WS
U U
z
0
of
N
ZJ
k r e
d N P W
aL'i T�o
times
n W
waducn
Qw
0
ti
CD N O
LL ZM
I 3M
O
U Y
J
m0
d3
V:
r
N
W
li
LLI
Z'
P
zP 2",P r
U 7
S
=nw
d}
o _
`L
J
P
W W� Z
� r-
N
i'liLj
Z
En
PPP P
WN
v
Z U
a
X I
W
LL • - f¢'
�
N
�
vi
Lie
��r,
• Y
y
V.a7. UW'I \0
K b N
IZ
P,S,
0..ZW
WPW O
_-
K
C0.
Z�•
7-��
C4m
I
r�a4
N
--
iA 4
71
i
r7 Z
p
z
�a��
oa
PwR
NZ�
OZ
(7P Q
4
Q
W
W
0 w
Z i LSI C]
U
L
I IV13AI8(3
��
.I
�7
haw
NO
dYiV`amnD
�
�
nw 4
a
a
Cl
NWV7
m
W
r -
D
a
0
a�
MO
�M
L3
Lu
W LnW
wl'rjJ
OwZ
" )d
U NQ UNCI
z nL L
� �w
w o
w
0 `�7m
W
z=1
oCa
�S
Lu in
MS
WS
U U
z
0
of
N
ZJ
k r e
d N P W
aL'i T�o
times
n W
waducn
Qw
0
ti
CD N O
LL ZM
I 3M
O
U Y
J
m0
d3
V:
r
N
W
li
Z'
P
zP 2",P r
U 7
S
=nw
d}
PCf W
i?-'
`L
O r
P
W W� Z
� r-
N
i'liLj
Li
"'�
J
PPP P
P
Q
X ~
W
}O
1 w- W
�z0�
Lie
��r,
Q W
2i-
12 P
IZ
P,S,
0..ZW
K
C4m
.,.a La
iA 4
Q
i
r7 Z
p
�a��
oa
PwR
NZ�
OZ
(7P Q
4
Q
W
W
0 w
Z i LSI C]
U
��
7j
n�
haw
P W
�
nw 4
a
a
Cl
NWV7
W
O
dC3
N
e:i
Z S
pP F-Wi'i
U U
?
w Z P
O
Q P
a-0
r
i J w
oW��
NZZ
N
Z
owN
W
� �
�-
m Q O --•
Z
Q
0.
PT;
0
o¢��
--c
_p
N N S
P
J W m '4-
zs� O-
U
-
a
Z�¢
N
W�
a N N
_
¢ 0
W
g Z
¢
6
W Q
W� Q3 N
IL
Z w d W
•N Z�W
x
ZwWr
J[ 0.
•P w S
¢r W
rJ Q
p
S�ZW
r7 �c
m
W
r -
D
a
0
a�
MO
�M
L3
Lu
W LnW
wl'rjJ
OwZ
" )d
U NQ UNCI
z nL L
� �w
w o
w
0 `�7m
W
z=1
oCa
�S
Lu in
MS
WS
U U
z
0
of
N
ZJ
k r e
d N P W
aL'i T�o
times
n W
waducn
Qw
0
ti
CD N O
LL ZM
I 3M
O
U Y
J
m0
d3
T: o
�:,; !-
W
W
v
NINA
11311011 Na3=l J,8 NAA"G
d
o
o
116d
N
� I
9
101'
e
QW
m W
c
N
fff c
a
Z V
19
Jw° ❑
°
5 c'
O a
G
Ia
n
°
no E c
=
y
ji
37
E 1=
c
0
tj
r -
T: o
�:,; !-
W
W
v
NINA
11311011 Na3=l J,8 NAA"G
d
o
o
116d
N
� I
9
101'
e
QW
m W
c
N
fff c
a
Z V
19
Jw° ❑
°
5 c'
O a
-
Ia
w
Y
w
0
z
.I
I
I•_y
� I
w
Y
w
0
z
(5
Z
Z Y
m
3.
him
U)
vy
tic
:c
0 0
-7
w u
LLJ
rn
,9l
cm
UK
ci
kn
O
w
0
IL
IL
as
.zJ9
Z Y
m
3.
him
m
m
D
U
w
rd
� r
iJ J
00
0
W L^
U Z
LY y
C) <-
1V Q w
n rt y }
LJ
O [Y
6 �
w
J
Q
O W
W �
� 0
W U—
so
LL<
J
3 0a:
Z U-
W N
W
U
g0
w�
mz
U �
C7 Q
Z J
NQ
S
fn W Q
W
O �
Z —0
0 N
V
3 cn
0
r
w O
o� ~
UCj
r W � G
sma CL
3 W
oza V Z
cc
L) W a�
0
jE 0� Jv
W � a
j � Wo W❑
UJ
k
Lu
O
7
U
t
W
1313
za
a
m
oc
V
EDGE
EDGE OF PAVEM
SHOULDE
oill Y kY14.I
RES90ENTIAL. `iN.
'R.
—LANE.
—LANE
NOTES-- /INDUS7RLAL DRIVEWAYS WIDER THAN 40' MAY BE
a, THE ElICINrF-R
ANO THLOACTIVITY BEING SEWED, ALL C© 80
m� TRAFFIC DUSTRIAL
pRIVEWAYS SHALL RAVE AN3.04.SION JOINT LOCATED
MiD—WICTI+ SEE
KCRS SEC
2, PIPE SHALL BE:RUNOFF• AND
A SIZED TO CONVEY COMPt1TE0 STQRM WATER
B- MIN. 12" DIA.ME'ER. AND
THAN
E%tS1iNG PIPES WITHIN
C. ECUAL TO OR LARGER
500' Up-gREAM, AND
p. BEDDING SHAT -L BE 5/8" 1AINU5 STC.
3. E)SPOSED PIPE ENDS SHALL 13E BEY
SLOPE SURFACE.
E BEVELED TO MATCH THE SLOP
FACE AND PROJECT NO MORE THAN 2"
PROJECTING HEADWALLS ARE NOT ACCEPTABLE.
4. ALL PIPE SHALL BE CLASS N CONCRETE PIPE, AND SHALL HAVE
A MINIMUM OF 12' COVER.
5. PIPE SHALL BE iNSTALLEO IN A STRAIGHT UNIFORM ALIGNMENT AT
i00 FT.) q5T 1 THE.
A MIN. 0.5% SLOPE (O-5 1=T- PER
ENO
DOWNSTREAM END LOWER THAN T}iE UPSTREAM
c�or
F. PIPE: MAY BL OMITTLFLA
tO IF ROADSIDE
DITCH DOES NOT EXIST AND
DRIVEWAY DOES NOT HLOCK NA
MAJ�,H TO SA( EDGE OF 7. 9i7I 5HOu5DOPEER SSHAL LOPE A 40 EDGE OF SHOULDER SHAL' � NOT
ALTERED i A RESULT OF DRIVEWAY CONSTRUCTION
THE RIGHT—OF—WAY8. PAVED DRNIEWAYS SHALL BE PAVED THROUGH
wtTH 3" (MIN) A_C.. BUT NOT P C.C.
9, GRAVEL DRIVEWAYS SHALL HAVE. A. DRIVEW YwAPP 3"
BETWEEN THE EOUE OF Pa.VE.MEKT PAA RI
(MIN) A.C. ONLY wITH DIMENWN5 LmW-
10. SINCLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE OF ��
FT OF UNPAVED DRIVEWAYS MEASURE? FROM TEE BACK
SIOEWALX DR PUBL'C RIGHT—OF—WAY, WH.ICIiEVER IS GREATER.
11. SEE SEC. 3.2.13.
REV: MARCH 201 n
DWG. NO -
SHOULDER & DITCH 3-5
WORKS SECTION DRIVEWAY
61-0.
12' SHQDLDER WIDTH C
w (VARIES)
W
z
I
4MIN]
x
Wi
J
�
Q1
�
3
?I wl
ui�
xl
U
IIxi
�
�fD4-
,�I
0.02_0 �5
ExNG
0.02 F'7./.
0.02-0.05 FT. Fr.
p05S1B✓� GRAD£ {_}
SFC�I�
NOTES-- /INDUS7RLAL DRIVEWAYS WIDER THAN 40' MAY BE
a, THE ElICINrF-R
ANO THLOACTIVITY BEING SEWED, ALL C© 80
m� TRAFFIC DUSTRIAL
pRIVEWAYS SHALL RAVE AN3.04.SION JOINT LOCATED
MiD—WICTI+ SEE
KCRS SEC
2, PIPE SHALL BE:RUNOFF• AND
A SIZED TO CONVEY COMPt1TE0 STQRM WATER
B- MIN. 12" DIA.ME'ER. AND
THAN
E%tS1iNG PIPES WITHIN
C. ECUAL TO OR LARGER
500' Up-gREAM, AND
p. BEDDING SHAT -L BE 5/8" 1AINU5 STC.
3. E)SPOSED PIPE ENDS SHALL 13E BEY
SLOPE SURFACE.
E BEVELED TO MATCH THE SLOP
FACE AND PROJECT NO MORE THAN 2"
PROJECTING HEADWALLS ARE NOT ACCEPTABLE.
4. ALL PIPE SHALL BE CLASS N CONCRETE PIPE, AND SHALL HAVE
A MINIMUM OF 12' COVER.
5. PIPE SHALL BE iNSTALLEO IN A STRAIGHT UNIFORM ALIGNMENT AT
i00 FT.) q5T 1 THE.
A MIN. 0.5% SLOPE (O-5 1=T- PER
ENO
DOWNSTREAM END LOWER THAN T}iE UPSTREAM
c�or
F. PIPE: MAY BL OMITTLFLA
tO IF ROADSIDE
DITCH DOES NOT EXIST AND
DRIVEWAY DOES NOT HLOCK NA
MAJ�,H TO SA( EDGE OF 7. 9i7I 5HOu5DOPEER SSHAL LOPE A 40 EDGE OF SHOULDER SHAL' � NOT
ALTERED i A RESULT OF DRIVEWAY CONSTRUCTION
THE RIGHT—OF—WAY8. PAVED DRNIEWAYS SHALL BE PAVED THROUGH
wtTH 3" (MIN) A_C.. BUT NOT P C.C.
9, GRAVEL DRIVEWAYS SHALL HAVE. A. DRIVEW YwAPP 3"
BETWEEN THE EOUE OF Pa.VE.MEKT PAA RI
(MIN) A.C. ONLY wITH DIMENWN5 LmW-
10. SINCLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE OF ��
FT OF UNPAVED DRIVEWAYS MEASURE? FROM TEE BACK
SIOEWALX DR PUBL'C RIGHT—OF—WAY, WH.ICIiEVER IS GREATER.
11. SEE SEC. 3.2.13.
REV: MARCH 201 n
DWG. NO -
SHOULDER & DITCH 3-5
WORKS SECTION DRIVEWAY
�5
b
z
Y�
Y
0
Z�
�M
c
Z O
I�J1
p
U
Z<
'11x51
LL,
�
O
C-
—AI
AI
i
M QM O
3
EnCl
3 WO Q
Q Sgt
� Ut
OIY- O
o
r
t
D 0 9
U
Z<v
Q
a o
En
Y W
Q W
� w
o a
M U1
Z
t11I
F�
U
ofOJ
I—
O .Z
Z
W
�Z
a UO W
Z U
UH d
ci 1? o�y�11
0 W32 J1LLJ
(A U tL
N Irj3
O
W
Zn � Uj
O 02
w
i Z12
K W
6 9ifL
0
Z�
�M
c
L-4
7 g
E..
01
■�
§m
)§
V.
'
§
\
(n
§
#
i
�" x
% §
rL
{
z N
ƒ
z
z
3 2 _
Do
0 %
a z
z <
«
0-
w a
�
f
(
z I I
�
Z
O
I �
W
k_ c z
Z2
C)
J
\
�
k k
p
UA
zf E# 0tn
Ld
n a
2
J� g
a (D LLJ
$ // $
k
2
¥ �u /
%
q / b /
c V)7
°
LJ 3
0
}
� r /
o
a #
\0 /
z
/ ƒ <� /
/ f / b
@% 7 #@
k g3
.
Q ®
co
a0
�3
7/ \ // /
\\ / /
=4
0 L $0f
�/$f �$ 0
w
�
?Q A W
/m
$
�
±
SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL J"
LIMITS, 1" BACK FROM PG 64-22 (COMPACTED DEPTH)
OR MATCH EXISTING
EXISTING ACP EDGE OF TRENCH WHICHEVER IS GREATER
(3' VII,4. WID-H)
:.,.. •C EXISTING BASE
1'
NATIVE SUBBASE -'' ACP TR EN C H
RESTORATION FOR ' BACKFILL
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR -�
.25' MIN.
NATIVE SUBBASE
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
MATCH EXISTING DEPTH
PCCP PAVEMENT iS TO
BE CsNSTRLCTED PER
W --,DOT STANDARD 5-05
15' MIN.
EXISTING BASE
10. G ! i?vii•c.
0.5' BAR
1 a y LENGTH
P C C P TRENCH 5/8" MINUS BACKFILL
RESTORATION FOR TRENCH 1,2
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
MATCH EK SG ' 'P
COMPACTED --WP1'H
WITH HMA PG 64.-•22
rIISTNIC OEPTH
PCCP P.h'VEMENT IS TO
BE CO�ISTRUCTE.D PER
WSDOT STANDARD 5-05
15' MIN.
- � 1
= f }
EXISTING BASE
IN.
25' M` 5`Nt 1 1 0.5' BAR
LENGTH
NATIVE SUBBASE
�--- 5/8" MINUS BACKFILL
ACP OVER PCCP FOR TRENCH1,2
TRENCH RESTORATION
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 10C o CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL
BE MIN. %" CSTC. JULY 2014
DWG. NO.
aww PUBLICI::
TRENCH RESTORATION T
WORKS
00
N
A
0 Y
J a'
Y-
M 0
M
3
V�
I
O
1
I
Z
II
�
II
�
�
II
G
�
II
in
o
I =
l
z0
I I �0
F
I I
� N
c'
Ito
I I W
i
u
j
I `0Ln
1
11 �N
10
QQ
(13
w
I �j
2
�=
I
4
Ol
iYY
c
i
✓ } 1 r
i �
I
I
L.
oc�
w3�grr
V)
I
�`•
i
I �W
N4C7v
}
I{ r
rn c
Q
zaax�
o
❑
z -il
Fx
I 1!y
W W W
¢o
I
a SIL
=
OEL
H
aU a
W
l a
l
a..\y.,:tii..
p.LD
\ �
I
II
{I
I V
�
lI
II
`�
Il
1 {I
00
N
A
0 Y
J a'
Y-
M 0
M
3
V�
Z
W
W
W
V)
W
Q
a
3-
LL -
0
V
a
Ill
V
N
Z
0
a
0
N
W
o
f=
V)
J
W
O
ce
ce
z
Q
o
U
WZ
N
a
t
0
U
i
Q
3
0
a
O
W
F-
a
4
a
U N
J .S
cr
m Z
O
a
C3
a_
a
L61
W
W
F-
O
Z
=r.
tll;,
o
O Z_
ZV
C7 i
d
W O
RE
C7 �
1
LAJ`
A
SMI
cr
w
N
c�
o
zsr
J
�-j
ZZ
w
�0..WCC)�
CL
N�<
v� �3rnZ
OX
Nco
N�Q
U2
pQ
aUJ
°4
Q
Q C (Y CC
0 Ln Q N
J
O
S� `2_r
w UU J cr
2
Z
W W
It Mt.,: 6
O JO U W N
So O Z
< W N V) rjJ
6
<
-
m
4
J
O
©�ZZ W� Z
U
Ll m
2 W
U N
w� a ZO
U�
D gall O
W
O {Y_ iaA
�y a
o
O Z_
ZV
C7 i
d
W O
RE
C7 �
Z
1
LAJ`
A
SMI
cr
w
N
c�
o
zsr
Q
a
L)�
w
oCL<
w
m�L0
CL
N�<
z�
OX
M�vi
z
a+ w
o
y z < L j
aUJ
°4
Q
Q C (Y CC
Z
?
A
SMI
cr
Z
LLIN
r
z
a+ w
o
Q
aUJ
°4
Q
L
0 Ln Q N
J
<PX cnz
S� `2_r
w UU J cr
W W
It Mt.,: 6
O JO U W N
So O Z
< W N V) rjJ
6
<
ZW li U
J
O
©�ZZ W� Z
Ll m
2 W
U N
w� a ZO
U�
D gall O
Zp N U M >
Z Z >
O {Y_ iaA
W WHO SX U N
FFEnz
LLJ L,
QL)gr Q O.
ZCLD (n W a r
to o a �� O w
U VI
Uwe.
aLLI
PISt ao j
�o
z�� Owm v o
a3
W Y QTZ, Z Q
a Q � N 6 d'
��
U 0
O
S z C w M
N YZZ Z m M
O O W J
a
r
a cnFX
ac +��a Nw N a
ZZy S a
n
Z U. z j N V) M
M n
N
O
Z
0
Z
a
U Y
J a,
m0
=a3
CL
12
WW Q$a
F- F
F
N
Wu�
w
33Q
a J
aW�o a
Y
'�
W
pq n
�y[Y
U W
Z 0.
wY�
wwm
Ln Y❑Z. w
C]2 0.
Q
�
w N
~ w
❑W ul
Von i www
4 WN
p
Q]=
Y
�,L
'J
23-
O,
ywLCNy
7ZsaW
ZY
Uiam�
w
ca�
arrn�
m�zoF w
ZN
¢❑fir
N
w¢`CC1Q77
w
Q,r.
G7 IEw
�x
�. ji�iJ
Y3
h�a
4
2m 11;5
w
=W
Ef1 g�g�tZi7W J
C12a
pr3u Y
goo
U
Ii1
N w�Z
2�m4J-
Nr
V]
YY
a HF-
O
.w_. V7111i� Ln
%i7N L 4
N®
Y
a
7�
kr.N�¢YLJ
wQ
❑
w
w OY
w
;o.jm w
o�n�
ice`-❑¢,�,3�1tn
cL
J3
Y
¢.� Uix]
�$fw
QwC4�Z
Y
m1N,un
Q�
g
cQ
W
Q
pap
d�
Y
Y Yp
�0N� Qit
m6m
4]
❑0.'U
�
ma N�
NSC]
�[L
W
.YCI�
y
0p.=�r❑wfe~�
a
¢W
0,4
p7 ww
Oa
r?c�a1Y
❑�
Gds
�`O
��
dCi
Yw
Vwr
?
zfXi '''
dO
@YOrz
Z�
�❑�o!
avSc7
�d
G[r
Z`fl
wi❑`-
r�_'q'q� �w
N t?pa�¢i
4w, :n
Lu
�_j
wew.. wP
U 0.`22 kQ w>
JC�_]d Q¢O-❑U
(L
�
n
Ci
Ci
O
i
M n
N
O
Z
0
Z
a
U Y
J a,
m0
=a3
CL
12
WW Q$a
F- F
F
N
Wu�
m
M
M n
N
O
Z
0
Z
a
U Y
J a,
m0
=a3
o c7 c9 wy rj ra �, �
Y
N
p r P W cc�77
N
�4airi7 O s w p
[C CL r -
C U a p.
,Z2 CZ
WUQN J}- C7J�m•"
U22 }ice iU 7D W ZLLd aYCG LL": �.ril r�pZ r N
rnyfp"
ttttj7777
C) (n 7 N Ur r� Od'. N d d' a. 17 �. 1/1 Q 6 O 6
UNQ 6UL- Nd Ur ,4iR ~WC %
t? p S nrp}-. W� Y�O' IL W yy c d Zd 7WJ i
�=3Zw ,. tSNCJ=- ZUW Q Vi V
muuti m a�¢o`' a 0.
4" ¢ --,D DU`='W
vF to 4wt N Q
a! Owd NJ -S O P'i~~5N C70.L� U7O K
K Ur�116� U7zi-�C] 'I-' V J CSCG�Q �V1 wYU p W
p6� NJ ��yhvNNl
z
c
in wuizmN m naz xxa �o a oa c�1^ i tti
mTdrws-c+y�'wL"' �yr� aR7��srd- wNu's$�
J rn? �d4z�a r4i -0 2: 010.3 fr ov
o �r¢ a w, w o WW� a jm, g z� 00 0 �aW
V=q7 eXg7 Rod OWU ? J][a Q�RCW4 N
LnU
C II� W=Ni
]CRMM
, JW'-
ZZy!'1dy fiQ �:J Jp dT2 W' lrfl� Qri
:i�V-- J��� d� V1i�
U,Z Ya CTd, JyCZ 2�m C74C 1L 4N4
LSQ IL SN2r'i'�` QYi W.W XONCflU O
iD
O
Z
,ZL � 7F�7J3H '%7ri
L
O
W
PAR
�LL WTT �xx�yy
�04�P
�pCdO C]�
�3rbS%
�3#=fix
�ddR d�
S,-2ra
PuEs
z= zx
��ySaSb
w
�xzz;3
Vie; rs�dv
p cn.n n
o� o'
cvodov
U Y
m W-
m 0
CL3
s
'mono
�
a
p
mf �Ny
Y
On
N111
4C
,ZL � 7F�7J3H '%7ri
L
O
W
PAR
�LL WTT �xx�yy
�04�P
�pCdO C]�
�3rbS%
�3#=fix
�ddR d�
S,-2ra
PuEs
z= zx
��ySaSb
w
�xzz;3
Vie; rs�dv
p cn.n n
o� o'
cvodov
U Y
m W-
m 0
CL3
'mono
Y o0
'PPO
N111
a �
w�a
,ZL � 7F�7J3H '%7ri
L
O
W
PAR
�LL WTT �xx�yy
�04�P
�pCdO C]�
�3rbS%
�3#=fix
�ddR d�
S,-2ra
PuEs
z= zx
��ySaSb
w
�xzz;3
Vie; rs�dv
p cn.n n
o� o'
cvodov
U Y
m W-
m 0
CL3
f
-J L
U Y
J M
M
CL3
�I
a�
r
L)
p
OL)
tzU
WRQ
�I,.aem WQ
dU�
L
3�a
❑ Q
W
�
OZ
�
'
Z
N
m
L^
�Lr
w
WY Z.
an a
s
w��d
fir;
ar
-
�H
o
NON
ar�`n
x0nW�
z
m
C u
Q
U V
J w Z
W
pM
CL
riW{y.(
m
sar
0o
RP
T-
mo
Jj
J2
N
[f1
%C+�
gi
9.
9
X
a�_�
yl
Wmd
m
m
ZTQ'
xr�3
�
NW
YeJQL.1
}Q
om
:SQ0
�
u1� 44TT
{ FF
N
Oma
Z
y
Q
¢a
O
0 w
Q,
4N
�7
Q
iii
oa
OQ
�
eQN
�
Sm
o0
�r4J
QVL
�
a7
,
oc�r
a
r
rac�z
�S°awCL
N
17
v
ui
m
rz
m
f
-J L
U Y
J M
M
CL3
�I
a�
N � _
" � r
� nn
NO
/.'
U�
mo
�3-
a
pol:1
X
SH
rr� N
Z
J
n
W
Q Z
S 4 F<
W
IL m
m
N
w
J
CY
O
rxU4
3�
w c3z
(5ZX
V1
mow}
w
0
p
cry
C,cra
Z
0
z
w
iod
#�a�
�cYyypQ
ui
U)
v
vi
u
ow.
°k
v �'� °C
2�
Z z
V�
_
¢zl7C Um
N
Lm]JxyC[P
Or
Vi
M.
ZF.M�Z
W
JQ1
own
QiF6
F-
111
ri
¢
mriQ wl�l�
Q`
LLQ
Z fl1N
�d
��w
U
r�W
L+J?
wZ
�
LUL"
-.1
❑. f17 6
UZ
w �_
U de
2
U
f7 7 U7 `o, ,-
zZ
99
7 U Y LY
w
fY []
77
-aw
MZ
N
W IU]Zp
�ii
�U
W
z
mm�
ch
a
*�
moo-
azovw�
rvn2 :c1
_
ow
zn
p cs
O_
Y
to
4 c
m
r.
w�}w
as®�
;Fro
z
ID�
°°�v7rnY
ow
oxo
o
aJ�
;yw
J,-
`a
n�
m..�=-
nrY
v�4�
1o�r
o(rwwv-sn3
mm
NN
q
wo
�
s�
Lm"
wej
ran
'ir,Z
®f+y
W
'aJY ¢U�
FL4�ZO�wl1
UN
Zron! i �_
O%
_a
-lmanQ'Q�Qz
7CI
9ZC7j
S J
4h
�?
MWNgq2w�Y
mFsW,anb
~
W
ir
ON
O
Q=gW4
Ya
OYO
dW
r``r
17a�Y�fl�
w
Z
C]U
Zi
t
UrUF,Z
Q��QD
R'
41x1
im
.J4
L7i
Wr'
(�
❑- YPCLin
YC
XX
r -Q
i7 r+LYiZ
Lam©
Q�(L�a
N
M
�
n
m
ai
d
Z
N � _
" � r
� nn
NO
/.'
U�
mo
�3-
a
pol:1
X
SH
n
N � _
" � r
� nn
NO
/.'
U�
mo
�3-
a
pol:1
X
0
H
Q
J
s Q
u �-
y U)
Z
to
L WI
Z D
v
QC
n w
i�
Li
aX
vw
w0
aJ
�Q
V
U Y
J �
m O
a3
P
� Z
D
lit
I
r
I
■
�
l
I
I
�
J
J
m
I
X
n
x
o
vi
n
O
4
,y
.ZZ
=
.Z/L 4
.11 FI
z
m
I
r
x4
7
Al
y n�
i7
a
2
o
[j
O
% o
r
�UO
�
pWW�w
J�
ti
J
o
aMo
v+
w
¢
�F3
� in
ui
W
Z
N M
0
H
Q
J
s Q
u �-
y U)
Z
to
L WI
Z D
v
QC
n w
i�
Li
aX
vw
w0
aJ
�Q
V
U Y
J �
m O
a3
U
n
a�
I
fs
I y�
i
ri
r
� 1
14--
I
fs
I y�
won -y4aa kvxoaa
m —i
af
6
z0)
0
rJ
U cn
J Y
m�
O
Ca3
NILS
J
Y
m0
a3
N 3
U
yy
fn K
N
1-
Y
O
o z
vfA
U m
J
R] F
aI
Q 'ny
r
o 121
g�
6
U U1
F
3:
Y W W J
(n
Z
xj p
RE
R N
M d
J
Y
m0
a3
Y
t
� �Qt;NI]RY NAME
t ir1
z O
ti
L�
a
� o
a
W
m
17,
W
Q]
x
Az
0
�
<
and�n
F W
5
ul
O N
.-Yo
a�
a
a
3i
��mW3
W
LLJ
wa
W
w W
O
O
'+s
z
u
m
LL O
W
C72Yom'
Z
go
O
ON
W W
O¢
U
K p
Fr
W
F r
6m
w [J
co --
=3,W
C
�Qc,�
N
C1d
� c
N�
OHO
mS
plL
LLI
o
a
Gd
s6
N Z
Kl
LL
t
� �Qt;NI]RY NAME
t ir1
z O
ti
L�
a
� o
a
N
�
ce
W
0
V
�
Z_
�e.
0
0
J
O
Z
0
w
MM
72
rZ
ie
§ �
e
\\
3 *
» 8
'®
§§
) j
IL
��
\%
:•
o
{ \ B
-.
��
# ¥`
Z\
§
; <
in
/)
) § :
§ k §3
_ §
X,- >
\}§
W
§�
®
e E
:
»k1
k k«
j
.w .
w z
@ o
zo
K
S
W r -
§
�
K
§¥
.
w
f
7
4N
\
��..
-!
.
Icai
�
(\
w
J L `
§ §
..
\k
§
2
§
N
�
ce
W
0
V
�
Z_
�e.
0
0
J
O
Z
0
w
MM
72
w`
0
V
0
Z
U
0
J
z
m
0
wMM
ce
0
LL
W
Q
U.
U Y
J K
m0
CL3
U
J 04
M O
v
o
w
�o z
I
wr
�0-M
=r
¢ I
00
w¢',':}
aW ~CU~
rN
U �of
txU
Oar
Im¢w_w
� xw
II
�t�7)Q O
tn Z
X of
fn�Q
V) V)
W
wwzr�
�wwtn
CL U-
0
FWU
x.
M
UxW�q
Z
V)
T
¢
WOJrr
U�
N pN ~
rmw
0U
Ljj
wt
�. `jLLJ
�
o
J
a(dAl)
O 2
NIW w9 -i a W
O
w x U
W
r Loa ^
Z Z
J
¢ p
p
¢
Ir
a J
pwr
J
U
mUd0
`.I
Q
- �¢0
Z
00 -j
y
U
q
w jZ? a_
=` - =`o
W g pal p
z
=ice
- J
zWr v
w
}
(n
-_- JJ
IJ
J Ln OH
¢ J
b _cam_
W
!iJ. cn
- = Gi Gi
F¢-- W0
ui U
w-wd¢
F-
{fl arm
25 Uf
SOO ¢
zU� S
N¢ w Cj
u
of w
fy_ C LY t1} -J
U
2 Z W W
:3 InaQ 2
OZ S=
Vu, cn(TZ
C~j0W W OM m
Ln
70U
!=YQO�I wg
iYZ< nO
?
N SUMZ Q
=
vF
WLR_
Z�z
c�
N
�
¢Fa0 aw
J Z<ZO
¢YZaI CI
LL
Z U W
U ¢
S
m
Q
02atwLu
Y� H
oOJ�w0
CL N
f ,ci
co r
z V)
UOw�I
t7'
z
o=Z
oU)
�¢w
iJJ
wU c
¢
Dom¢ YU
U
wial
r
WZ Zz
lIS
_
U� fn¢
=V)
[]Y 6¢J-
Zt.71 1y t
d U-
v
CE, i
a
CL z>
d0OnZ<
oOf 03
< r�
H z W d
0 W J
W N 0, W
LL ", W -�
V � �~
LJ 0S F- LU
""I Z O
ZxUM�J
WD �O
pa{iz.
O W- W 0
Jw3rz
Z O 0 U-
wz Jw
W 6
oc�o 0
�O wW
U<
w�oz
O�WW
zzcL�
``
`
DU DO
zw za -
wU¢�+�
tXZWz�
0� N
'5
W U arQ
a)U
d p W
3 g
�J �w
DZ "L
pWCY
/,...
wW
w<w0�
g N
Q 4 O
r
�¢
mY Z)
�w pi
Nps
v ro00
J zzp
x �
�13�
CV
0
Zzz
Fr W
w
wi}L[+�7J,
¢� �in�0
= U�
¢pZp0
0
CLW I
V) LUF
V1( W �
F- Zp
U
zZ�Li}10
CL a-
�WCJ
�r
qZ <a
I
v
UOQ Q�yU1
o- w
-���(Sj�S
! O a
�W �ilM
zZo 'W9
a az
Ooh j
zm
z(wn WOD
-i wwo
wg¢ >UZ
W47 WxCl LL
Axa
¢x0 OOw
¢snwQa]z
w¢z
ONw
USQZ
w CLrz Upd
s-�z3 ¢
LLJ V)
O N
r7
a
al N
Z
U
J 04
M O
N
K
d
�� o WLd
aEL wd
� '"za omOa�i rY2W R n 0
7 main Qx12 zo 3
�� NJ ipil0 ; Na H oq SW 5
Z w VIX0 U =l.Nt 04� ,+�' Q 7 inp JJ
p mO RWC Off+ZY W ZW F
Z ati Q_ 4 W 'I, �O �ou�i. w� �� Z
W i+. U roC H4 O
om U VO �� F
Nw aa0. mLa amu. o= �cn
H Uw xj PQ VO WW j.
In °i� �
w O O � ��C7 w. W �`pa �Sa�L1 d6 7 2Z Lnwr
d WW Vy¢r/10.
¢?T IUiJJ~ �+�+ '"sW �y Q -C -r]] iN V
- �X cmtii Iowa aU� in i_ 00 Ua� /1 a
W w � 0 N
a r-•Cs=s CCda Ooh
O Z w. [.7 i.7 W W. N �aa n. 0m 0 Z
(J/1 O zap R4 -r' =9 r WOW � 'p pC¢j SCJ 67 ^ 4J� w
G U OLj 2=�-� m¢p �WZ k, �5V1 l�1d W- m
6�a yV� Q[„f U2 �� ©yam FQ V Z mOW �wEL UW rn
pw N M. NN WKWm3 0� �Wra
KOU
/pjN VP`= 5_ *tn .rtQ� >J ,�U'yU U PO U
T ii 47 s. 11 Z _y W
W ? C.:�R ri 4�f7� w `�� r -[i W d Qm U Q0.❑ 7=J Ix
CL
o ,�z� a� zJ �'-:��� ?c Awa CL macs o
~O r N M 1!i fC r� a0 04 O
Z
se
W�
U. 45 g 5
RLa (i
., .. M4
'7CYl1„9 L
Ak
� 1 �
Z h O A U K
Y
_ tja
c F 112 � d
Z d.
V 7i
V
O
e
Z CL
00
H' LL
O !-
CL
JW
�W
0 W.
r D
V F..
U�
W ~
ow
LL Z
L)
U Y
J a,
M
a3
_ �om�
D rn E m
rn
2Ny
'o I
r S z
pI D
a��o
Z R
rn "
rn LA
SS>
m QRZ C
N D
0 an
ry
C)
T`
Z 0
5Z
n
'x
pyres
m
Moro
S rno?g
0 -4CAzn
o d CA rNn
Z oo 0
D
� a A
D n = r
X NOgay
Crn p
S
�j
a m
z
cn a y
rrn
m
Qrn
O
Mv%
>
Ln r� v
x
C—
N
C
WZD
o
? Cr)m
Ul -i
Ul 2
mD
a :N =
r
a=
�
Zrh
9
D
D
�r
rn
,:�NpC'I
1
�
rn
-4S2
N1m��'1 Z
pI D
rn
rn "
an
SS>
Ln
� fI1 x1
N D
> S C-
ry
C)
T`
N
5Z
.'�
0 O
'x
I Z �
I C
Z
rn �
o
�°�
D D
m
D
m
�
x
<n
°
p
-1
D
Z
--
co
m
0
D
Z
S
O
rrn
® -r Ul 0
O
rr-- y 2
rnrzr
X
ren M11 r"z
a ma
p
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
overtirne C'cretes
Overtime calculationsbased ttprojects,
must he not less than the prevailing
railgo of wage minus the hourly rate of the costs of fringe benefits provided for
the worker.
1 • ALL 1i01 'PS �WORKFT) 1N FXCESS OF
T TIMES EIGHT
HOURLY(8)HOURS P OF WAGER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
LAID AT OINE AND ONE H.�
B. All hours worked on Saturdays shalabe paid
a at the e and o ate al wages the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid
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 All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
0) hour workweek day and
D. The first o-j]l (ry) hours before or .tart •rrtlar iilerteithcr )• -orkwv ek shall all be paid att one and one h f times the hourly
ilii tirtit ei17ht i wf hours worked the nc t
rate r}f wage. All additional hours worked anti all worked on Sun�l:uys and holidays shalt be paid at double the hourly
rate of wage.
E. The first t�vc+ i,1 huttr� after eight f R1 rC xukrfr lir7ttr, Vinnrla7' throw a da herho d thers �rksd��londay through S i;ght (8) hours on S l r��lIV,
shall be paid at one and ('rrc"a"'tiEilc� rlt • l't) ' rI e ul wa5�-
and all hours worked orl 5urldays and hi�ird;iyS shall be paid at double the hourly rate of wage.
F. The firsttwo (2) hours after eight (8) regular hours Mondry through Friday
Ail other and the rne hours worked) l 0,irst n Sarurkk \.
shall be paid at one and one-half times the hourly rate of vva r -
shall be paid at double the hourly rate of wage. All hours �Norkcd on Labor Day shall be paid at tllrc.: notes rhe i)� >t'
rate of wage. j -11-5t Loll
rs
ed
G. The fust [en (10) hoursworked
maid at o{;tc and One lle
ll;ill tIIlics tlhc Ills IirllLtIa� ct[ Ik�4aL,n All �hours � of d n excess often
ten hour schedule, shallp
(10) hours per day Monday through Saturday and all hours �vorkeil till tiunda .int+ h It i.r.; ,hall be paid at double
the hourly rate of wage.
H. All hours workers on Satordavti (��cept ntakcul3 d tys i f work is lost date to Inc lcnu Al lvl;our�yF cOrt-iit"'s or equipment
tvo i kcd Monday through
breakdown) shall be Bard at c ne and ons: -halt time; tile. hourly rate 01 tk a e.
worked on Sundays and holidays shall be pard at double the hourly rate
Saturday over twelve t I') hour and all hours
of wage.
I• All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. �`lic first two (2) hours attce' cr ht c 5) rclzular 1100 ; Monday through Fnday and the first ten (10) hours on Saturday
�h:ilV be pairs at cane anil one -h rlf times tltr lzc?t r!y rate of ■vas.=.e- All hurts .vorkcd over ten (10) hours Monday through
Saturday, SurtLlays and holidays shall be paid at douhle the hourly rate of wage.
K. All hours workod on Saturdays and Sundae the hourly rate of wageone d one-half times the hourly rate of wage. All hours
worked on holidays shall be paid
is lost due to inclement weather
ll be paid
M. All hours worked on Saturdays hourlyerate of wage. A[lihours worked on Sundays and holidays shall be paid at double
at one and one-hal f times til
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
Ove rtime Codes CQrntinued
d one-half times the hourly rate of
e.
hours
0. The liryl ren t li}] houvs d Yv ed o r [er t dal :ay s { 1It hours, Mondabe paid atone ynthrough Fridayand after ten ( 0) hourson Saturday
v. orked on Sundays• I10and
s11a11 bG paid at di,uhle llle Hourly rate of wage.
P. All lu�tli'* vv orked on Saturda s e (except m ours worked circ ii li y ssl ill bewarrant)
paid at double the hourlypaid
rate of wage.
stan
one -hal I' tirncs the hourly rate g
lcr eight ('8) regular hours Monday through Fni.lay and up to ten (10) hours worked on
Q. The first two (2) hot!rs atnd one-half times the hourly rate o6 vv-ai e. rill hours wnrked in excess of ten (10)
Saturdays shall be pard at one a
hours per day Monday Ihrvugll Satal1iaa and all hours worked on(hours worked r,hnstnl y LHday shuilrl c,l�aid at two and one-half timels
be paid at double the hourly rate of ge
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 alter eight (8) regular liol.lrs !vlonday through Friday and the first eight is) hours on SaLLIr IaV
;Vlal! 4,c
paid at one and one -hal the hog 'yu1dvut,lle r the hourly rate of wage. All ll hours worked on oha is vvol Ways F1,cd pan [ _cbodlev L) r II?ay
Ixiur` v� orkeii. except Labor Day, shall p
sliali he pard at three times the hourly rate of
es the hourly rate of
. All hours worked on
U. All hours worked on SaturdaysLabor Day) ll be I ;hall he POne lld anl[ atLwol ltlmes the hourly rate of wag All hours worked on
Sundays and ltc�lid:rys (except
Labor Day shall be paid :it three tithes the hourly rata orwage.
mas day)
l be paid
at one
V. All hours worked on Sundays and holidays of wage. All hourspworked ontving Day and Thanksgiving Day and Christmas day shall
be paid at
one-half times the hourly rare g
double the hourly rate of wage.
yond the
of
W. All hours worked on Say udayan ll(_1 Sundays One-half i nes (except
make � F vary age. All hOLH_s due to 'i`ti�o kel�lryon holidays shallbepaid
employer)) shall be paid MIQ
at double the hourly
l y hr ur. Nionday
X. The first four (4)hraurs after d un�it altilt�nlc�+�l�rl>r�L�rly Itrrcror v■ag4t�Alllhotar ilv.otrl �d ,over tvvelVc�lt Itours on Saturday
shall be paid at one an
through Saturday. Sunday; and lxilid iVs ;hall be Pail! ;at double the 11OUrly I �t� ui vv:;_'e �'v hetl holtriaV tE Its on
through
a Sunday. tht day Before Saturday. l~riday. slid Ilic day aftvs Sunclly.Sat�ti+ncluv. ,h:aVl be c«nsiclered the
holida.find all vy ork pe''ti,rnted shall be paid at double the hourly rate of wage.
v'
Y, All hour, vvi�rketk t)ut;i�le the holirti of S [1S} am and 0) pm (or such other hours as may 11C a lieLd upon by any
er
employk r and the emlal� We)�'al !1iu+iid110 `ay;vlcrc atin exc�,Vahor da_vlttilil:till b��l}allot one and onclllaIft, thes the thoor ariy rate
workweek l and on Sal urc y it LChOdUled
or appro
of wage, lcxccl,l for cm alt the �i[,nl Iltrtlnie ratetlulti1l theytiinve wa kedd 8 hours inaIday j 10 in a 4 xol ldworkw nk]lor
wotkvveek sha1V he p.itrl
worked Monday Saturday over twelve (12) hours and all hours
�40 hours riltnng that vv'orkw•eek.) All hours
vvo rud on Sundays ztnd Labor i)ay 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 Gimes 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 C©niit"Jed
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 he paid at two times the hourly rate of wage. All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the l drxt 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 r<rt.t of vage- On a four-day
hour weekly se.I.edtile, either 7onday thru Thursday or Tuesday thru friday tichedLIL, all hours worked after ten shall
lx: ,aid at y ; hle. rhe h itheT rate ak +'age• 'Che hest eight (8) hours worked un the liFth day shall be paid at one and
rrc hall Tines Tile hourl} rate of wage. All other hours worked oil rfrc fifth, sixth- atu6 seventh days and on holidays
shall be pard at r101111le 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 r i me per d.t . or ten ( [0) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours ti>I strait*lrt time per week, Monday through Friday, as
outside the normal shift, and all work on Saturdays shrill be ljaid at trine and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shIF1 and ' .tll ')r' Vxrf+7nt:cil after 6:00 pm Saturday to 6:00 am Monday
and holiday's shall be paid an double the straight tulle rate ofpov Any shut starting between the hours of 6:00 pm and
midnight ,hall receive an additional one dollar (Si.00) per 11c)trr for :ill hours worked that shift. The employer shall
have the sole discretion to assign overtime work to emplfwues I'rtrnary c+nsulerarian for overtime work shall be given
to cmplovee� regularly assigned to the wort. tr' be Vrerfnt�rned on overtime situations. After an employee has worked
eight (8) hutrrs at an applicable ovcrtitne erre, ,111 akiditronal hours shall be at the applicable overtime rate until such
time as tine employee has had a break of eight (8) hours or more.
y when
C. Work performed in excess of eight ( 8) hours of straight h urs of dtra ht dmey, or ten l0) hours of per week, Monday fibro per Friday, or
four ten (10) hour shifts are established, or forty (4U) 8
:Tll �.�� rk Saturdays shall be paid at one and one-half Wiles the hourly t' wage.
,�f
outside the normal shift. and
un Sa
outside
work performed atter G:(]l1 pm 5aturcl:ay to �Jy) am. Monday and Holidays shall be paid at double Ilse 11001 IV rate
of wage. After an employee has worked ei_)lit (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
U►er•tinte [:cedes ConCnue.d
ays
ays shall
e paid at
E straight time work is ac hie d� hen any hours workeoer double
All hours worked g 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Sanirday ;hall be parol at true rind one-half times the hourly rate of wage. All hours worked on
the hm
oily rata of usage. All hours worked on paid holidays shall be paid at two and
5ctttday Ball be paid at two titti�s
,mc-lialf times the hourly rate of wage including.~ Holiday pay.
H. All work performed on Sundays betty. fen March i lith and October 14th and all Holidays shall be compensated for at
t.vo ;_'} times the regular rate of pay- Wont i'01-fim
iied on Sundays between October 15th and March 15th shall be
Compensated at one and one half (1-112) times the regular rate of pay.
J. All hours .+nrked bet.vicen the hours of 10.00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays Miall be paict at at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
,-hall be laid at duubl:° t.ite hourly rate of wage.
Work performed in cxcc�s of eight (8) hours of straight tinie per day, or ten (10) hours or straight time per day when
lour ten t.lil! hc7ut ~bins arc estiialttihev. or _
ti}rty (401 11outs of straight tm)e. l,er week, .tome." through Friday, or
nut>itle clic north,[ � am to bpm shirt, and aril work un iturdays. shall be pall! at one .tnd ane hal 'tira,Gs the hourly
rote tit wage. All .. irk peT i'omled after {)ilt} pin 5anrrday to 5.t10 ;mi 'v101111y and litilidays, and all hours worked in
cc,ti of twelve k12) hours in a single slu ['t shall Lie paid at dtiubiz the Hourly rate of wage.
\.iter an cmpio};'x l;as ,anti. d 'ieht tR] houj-; at are rtplilicttl}le ovcrtinic rate, all additional hours shall be at the
tp;+Eic.iblt: 'i") CT'! to rat _:nt.rf sunt it rr is the esti plovee li is had a break of eight (.A.) hours or min•::. When an employee
t ns to v,uik .� tthitt t art least ei t e t}urc t 1 i i fit.) c vfl sine their previous,-hi;t. to sucl: tttnc shall be a continuation
of ;iitti and paid at tlt,� applicablE 'rt:,nt tt uFtil }ic+tihe :hall have the eight ( M) h0ltr5 rest period.
4. ALL HOURS WORKED IN FXC FSS OF EIGHT (S) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HAL.F I lNll S THE HOURLY RATE OF WAGE.
per day or forty (40)
urs per week
be
d at double the hourly
rs
A. atelofttwage. Alllhottns worked on Satu days Sundays and holidays hall be pard atsut
All double hehourly rate of age.
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. ()rr'`1t,ntlav itirough F�ridkiy• the lrrsi four (4) hours of n�°crtinic atter eight (8) hours of straight time work hall be
paid at nue and one halt t I I'_'t theles the straight time rate of pay. unics!� a four (-l) day tell t 1(1) hour work,6% eek has
bce,i vt:tblishad. [.Zn a i'ottr [ }] day ten isll7) iit,irr t�tni eek ,eheilulcd vlr�nday throe h �hurcdav, nr Tuesday
thrx; th 1 ridtry. the lus��
st •t, (' ) IZaus-s of n
o�ct1o,e atter ten ( 1 sal hour.; of �tratLht titi,e ��t rk tihkill be patcl at one and
one haft { [,-]."] titncs ilio straight time rate pis' poa s (_1n Saturday. tiie lirst t.+thy ( 12i hours of work shall be paid at
one gild ,,tie Bali'i 1-1 }times the stmt± lit titnt talc ❑r p.tV. ONC pt that tf thej his i}wn en tiltanclay tlrrnughFriday
due to �■cathi r conditions or other cvnditivns vutstcie the Ct�ntrol ctr the :ni,Inr cr, the iit'st ton (10) hours on Saturday
may he ..orked at the straight time rate of pay. All hour• ..orl.cd t,.cr tucl.e t 1 _}hours in a day and all hours worked
on Sunday and Holidays shall be paid at tivo 12) times that straiLlit tithe r.tte (-A
4
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
overtime Codes Cortlinued
ours wrn kui in excess oi' ci rht (8) hour~ per y' r daor Forty (40) hours per week shall be paid at double the hourly
4. D. All h
rate o rs rkc hours �. c rl ee€ on Satt.,rday . Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all nlenbors of tilt a"si'-Ped cre"'
EXCEPTION:
On all multipole structures and steel transmission lines, switching statiotl�, I•c1;ulatin�, G; J[Pac1tt7r st.,tuvlc. gencrattng
plants, industrial plants, associated installations and substations. except those substations whose prtnr<rt-v Fullclion is
to feed a distrIbUtion system, will be paid overtime under the following rates:
The first n10 1 2} hours atter eight (8) regular hours monday through Friday' of nL`irtirrlc on it TC:1,1Uhtr WOrkday. shall
be paid at ono Lind one-half titncs the hourly rate c l xvagu. rill hours in execs:, often ( 10) hours vv Ill i:o at I vo lul ltmcs
the hourly rate of v at,e The first crght (4) hours Epi rkod 4711 Saturday will be paid 7t oric and cots 11a1Cf k 1 _'} t"ts
I 11 hoLErly rate Ui' wage- ,ill hours worked in excess ut eight (S I hours ern Saturday, and all h47tlrs worked on Sunda4
aild holidays � 111 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. he first two (H) flours after ei ht )regular hours l ionday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one I, ill' 1n1cs the hourly rot ,,t u:t c :1.11 other hours worked Monday through Saturday,
and all hours worked on Su n,'..t r , -t i t, l l lc'l,,l ',• = sJI J I I I'c ; ,:u d at double the hourly rate of wage.
ith r !�3oi1 d.ir Ihru Tbursclay or Tuesday thru Friday schedule, all hours
(]n a four day. len-hour weekly schc l-:Ic.
■':nrked E1E_, tin shall b- pat;! ,a douh
file hioElduv or Friday not ul.iiir.ed in the normal four-
l-:etu• work week, an ,'• ti �tasE .ty ,l-�tll 1'- X7,.!41 31 P ,ind One hall (I' _) times the rcuular shift rate for the first
.111 other h4+tit Elc.:d �loEl�iav tluuuy+h Saturday. and all hours workcd on Sundays and holidays
:i EII
hu n[Ltd Ltl i,+.;rlc tho lt_+urk s rte of wage.
F, SII hk+.,r t 1; .:41 I)ciween the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
t; 4;• ;,; 'i3' ;r the hourly rate- e. All IhOUN worked on Sundays shall be paid at one and one-half times the
hottrly r,tc , ,i,c. All hours m orked ort lioIidavti shall be paid at double the hourly rate of wage.
G. All hours .corked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday thlt7u;_',h Saturdtly over twelve (12) hours and all hours worked on Sunday= and hnlidgvs 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 tilt firwt eE+,lit (8) hours Lin Saturday
shall be paid at one and one: -half times the hourly rate of wake. All other overt Enle IlnutS 'A orkL�d except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hotu's .corked on 1-abor Flay shall be paid
at three times the hourly rate of wage.
1, The First eight (8) hours worked on Saturdays shall he paid at one and one-half times the 110LWIN' rate of Nvage. All
on Saturdays shall be paid at e€otibic the hourly' rat;: of wage- All hours
hours worked in excess of eight (8) per Llay'
worked on Sundays and holidays shall bo paid 'ai double the hourly rate of wage.
J. The first eight (8) llcxrr: wq)Tked on a Saturday shall be paid atone 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 rale of �vaLe. 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
ch ...time Crudes Ointinuerl
L. The fust twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hou y rate of wage. All
tweE�'e (12) hours shall b( Haid at double the hourly rats of pay. A!1 hours
hours worked on a Saturday in excess of
worked ttiVe]�z il') in a dao' NtondaV through Freda}. a1l[I all bouts �vnrked nn Sundays shall be paid at loublc
the hourly rate of age ;ill hcnurs ��orkcd on a holiday spaid beaid 3t one. �rtd one !i r!i tunes the hourly rate
wut u;rge,
except that all hours worked on Labor 1.)ay ;hall be paid at dottl7l the hourly' rale of pay.
M. All hours worked on Stuulay and Holidays shall be paid at double the hourly rate. Any employee reporting to work
less than nine (9) hours Prom 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 pet'R)rnied 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 •ka21(:.
O. All trouts worked between midnight Friday to n�tdn j+o ht ;unda} shall be paid at one and erne -half the hourly rate of
s of etgho. I S) c(,ittin,tnt�s hours in any one or more calendar days, all
wage. Alter an employee has worked in exces
additional Doti � All hours worked an(1-lu'ltdays�,lntl I ham` Tae ,
shall be at the pat(l at (l��ublc,ic as the ernploytfo has the hourly rate of wage. had a break. of six (ti)
hours or m
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 i 8) regular hour: �t(tti.lt�� tlne7ui h 1=riday and the first ci!;ht { t) hOL rs on Saturday
it
shall be paid at one and onc-hal
at tipic dohe uble hourly
ly ate.( 1.hlllhour l�ti'�ortee d on 5urs u i rya t3It,d k .re lay' 1 h ill I�Mpaid at
through Saturday shall be paid
double the hourly rate of wage.
mes the hourly rate of
as
LIFday Is
R. All hours worked on
worked ys shall be pziid at one and one-h�i if All hours worked on Sundays t and holidays shall be paid at double the hourly , ate
the sixth co Y
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. f he first r-., , [') lu urs crf overEini Por haute worked Monday -Friday shall be paid at one and on( half Unica tIl i"(1 :uriV
rate of wage. All hour, Wt rl c(I in excess rf ten (!()) hours Her day' shall be paid at (ioLLl�le the baso IV rate of tins*c. All
hours worked on Sundays and 11,lidays shall be paid al d it1hic Ilse he}tirly rale +IE Awa �. I i+r �vnilk un Satt tday +h�e}t
is scheduled prior to the end of shirt on 1 rtd,ay', the first .i4 e.t',) l kz(,urs work shall Lac {} s�sE at one .qui nnSAtircit' Wh cIt
hourly rate of wage, and aII hour, o.et I t,) shall t -)c paid double the hOUrly rate: o! �wa_,e sir ��trtk ut
was assi�1.11ed I'LlVlowing the Joe , of shift oll 1 [ 16jav, all work shall be paid at double the hourly rate of wage.
ot r f ' i hours alter cioh1 ( ) regular hours Monday through Friday and the firsthvej,e i l�'] hours on tiararday
U. The first I
shall Ire pslK, aloiLe atxl one hts[I itrttcs the knurl} r3tc (+l wvage. (Except on makeup (lays if work is lost due to inclement
ar rate.) Ali
worked over twelve (12)
weather. thew tlxc iirf ctFattur i�,u�i�lli ha tursiay wnrl cd on 5unay he dndhyy and lull days .,,hallbepaid at double e hourly
hours Monday through S
rate of wage.
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Overtime Codes (.onlinued
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: th n Saturday mai. be worked ati :l toltlntdI'4 tllake-ill) day at.
the straight time rate. 110%vever, Saturday shall not be utilized as a maks -up day whell a holiday ills n11 1 riilav :\ll
work performed on Sundays and holidays and work in excess of twelve (t j ilcrur per ,ia. shall b p•_tici le tit,ubl4 }'.r]
the straight time rate of pay.
After an employee has worked eight (8) hours at an applirabic overtitnc rate. all additional hours shall be at the
applicable overtime rate until such time as the employee has hada hrcak u I eight (8) hours.
When an employee returns to work without a break of eight (8) hours since; their previous shift, all such tune -,hal I he
a continuation of shift and paid at the applicable overtime rate until such tone 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 How's v orkcd on Saturdays shail bt paid at one and one-hait-tilne., the houdy rate of wa-c..'lll hour,,, worked on
Sundays .md holidays shall be paid Fut double the hourly rate ul t 11 ilrk pert'c,rsllcd outside the nor -mal ,h19't of 6
am to 6pn1 shall be paid al rrlc and One -halt the araighi time rate. lc\cept for pccial ;hilts or three shift operallo"O.
All work pcfl'or,ncd on Sund;ayti and lu,ltdays Nh ill he paid at double ncc hourly rats nl`\vatgc. Shins ltla�' hr estahhshcd
when considered necessary by the Employer.
The Employer may establish s!1M , :t : ; o:t i ll o ` c li ' i r. ti l ol- r - "Il 10) how's o#' w nrl I subject to to ,1C' _''yh i -7-022),
that shall constitute a n ,:.11 }]iV Eic tl 1 fh k 1}iC hIGVe11aP._'=sola ri, (i 4 ten hour
schedule or back to the other MI !lei irti I'%• nr1 n, t[iCyt 51tf Ity ;hall be pall for at the Stralgllt t]rtW11 IUTIV rtltc. 11'orlc
performed in excess ofeight 11UrirS (or ten hours per day (Subjcct to 1k AC 296-127-0-22) �llall hu pard at olle and one..
half the straight time rate.
When clue to conditions beyond the control of the Employer. or when contract spct:lficatitins require that work can
n!y fJc p r1i11"111C[i l]tltSiele the rc,ular clay Sill ll, t11c n !J� rllutuul a rTOCliient a special shift niay be worked at the sunlight
tlnle rare, ei ht (8) hours work tor- eight (8) hour', 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 prevtous 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.
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 pur day, or teii . 11!1 !;n-,rL 01' tr ii,'111 time per day when
four ten (10) hour shifts are established, or forty (40) hours of rE i; ! 1 itisc !,, E i4. \Ionday thrOL[oh Friday, or
outside the normal shift, and all work on Saturdays 511all be paiQi :tt [111]e :fnk] !r. h>t1i tl�4 �iraighE time rate All work
performed after 6:00 pm Saturday to 6:00 am Monday and holid:E\ s �,I all 1,;: l.tatk-t Lit cioui)lc the lratght tittle 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.
11olidav Codes
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).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
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, Than kI\ ing D,, y, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A l Falls un 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
1-iolidav Codes 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.
2
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday Codes Continued_
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.
1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
U
Benefit Code Key — Effective 3/4/2020 thru 9/1/2020
Holiday 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
Holiday 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
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
`rote Codes Continued
S. 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'- 53.00 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 prcnnun,ti as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1,00, and Class D Suit: $0.50. Special Shaft Premium: Basic hourly rate plus $2.00 per Four.
When due to condition., beyond the cotttr(,l a i'f1t . C,mliloyer or �,4hcn an ounrr Inst act incr a- the contrador], a
goverrmnent agency or (he conrract i4peciftcattons requires that work i:an only be performed outside the normal j am
to (,past shift, then the spy tial shift premium will be applied aa.) the basil: hourly rate. When an employee works c}tt a
sI)cci l shaft, nccy shall be paid a spcc.ial shift prerrtiunt for oach hour worked unless they are in OT or Double-time
st,austi. (For cNanrplc, rbc pecj�tI shit[ premiuni docs no( 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 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the
State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.
D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, 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
County
Trade Job Classif Wage
Holiday
Overtime Notes
King
Asbestos AJourney Le,
$50.86
5D
1H
King
Boilermakdourney Le,
$69.29
5N
1C
King
Brick MasoJourney Le,
$58.82
5A
iM
King
Brick Maso Pointer-Ca
$58.82
5A
1M
King
Building SeJanitor
$25.58
5S
2F
King
Building Se Traveling V
$26.03
5S
2F
King
Building Se Window CI
$29.33
5S
2F
King
Building Se Window Cl
$30.33
5S
2F
King
Cabinet MiJourney Le,
$22.74
1
King
Carpenters Acoustical
$62.44
7A
4C
King
Carpenters Carpenter
$62.44
7A
4C
King
Carpenters Carpenters
$62.57
7A
4C
King
Carpenters Creosoted
$62.54
7A
4C
King
Carpenters Floor Finisl
$62.44
7A
4C
King
Carpenters Floor Layer
$62.44
7A
4C
King
Carpenters Scaffold Er,
$62.44
7A
4C
King
Cement M;Applicatior
$62.97
7A
4U
King
Cement M;Applicatior
$62.47
7A
4U
King
Cement M;Applicatior
$62.97
7A
4U
King
Cement M;Applicatior
$62.47
7A
4U
King
Cement M;Applicatior
$62.97
7A
4U
King
Cement M; Building GE
$62.47
7A
4U
King
Cement M;Compositic
$62.97
7A
4U
King
Cement Mi Concrete P
$62.47
7A
4U
King
Cement M; Curb & Gui
$62.97
7A
4U
King
Cement M; Curb & Gui
$62.47
7A
4U
King
Cement M; Curing Con
$62.47
7A
4U
King
Cement M; Finish Colo
$62.97
7A
41J
King
Cement M; Floor Grinc
$62.97
7A
4U
King
Cement M; Floor Grinc
$62.47
7A
4U
King
Cement M; Green Con
$62.97
7A
4U
King
Cement M;Grouting o-
$62.47
7A
4U
King
Cement M; Grouting or
$62.47
7A
4U
King
Cement M;Gunite Noz
$62.97
7A
4U
King
Cement M; HandPowE
$62.97
7A
4U
King
Cement M;Journey Le,
$62.47
7A
4U
King
Cement M; Patching C,
$62.47
7A
4U
King
Cement M; Pneumatic
$62.97
7A
4U
King
Cement M; Power Chir
$62.97
7A
41J
King
Cement M;Sand Blasti
$62.97
7A
4U
King
Cement M;Screed & R
$62.97
7A
4U
King
Cement M; Spackling c
$62.47
7A
4U
King
Cement M;Troweling 1
$62.97
7A
4U
King
Cement M;Troweling 1
$62.97
7A
4U
King
Cement M;Tunnel Wo
$62.97
7A
4U
King
Divers &TE Bell/Vehicl
$116.20
7A
4C
King
Divers & TE Dive Super
$79.23
7A
4C
King
Divers & TE Diver
$116.20
7A
4C
King
Divers & TE Diver On Si
$74.23
7A
4C
King
Divers & TE Diver Tend
$67.31
7A
4C
King
Divers &TE Manifold C
$67.31
7A
4C
King
Divers & TE Manifold C
$72.31
7A
4C
King
Divers & TE Remote OF
$67.31
7A
4C
King
Divers & TE Remote OK
$62.69
7A
4C
King
Dredge WcAssistant E
$56.44
5D
3F
King
Dredge WcAssistant N
$56.00
51)
3F
King
Dredge WcBoatmen
$56.44
5D
3F
King
Dredge Wc Engineer \A
$57.51
51)
3F
King
Dredge WcLeverman,
$58.67
5D
3F
King
Dredge WcMates
$56.44
51)
3F
King
Dredge WcOiler
$56.00
5D
3F
King
Drywall ApJourney Le,
$62.44
51)
1H
King
Drywall TalJourney Le,
$62.81
5P
1E
King
Electrical F Journey Le,
$31.99
5L
1E
King
Electriciam Cable Splic
$87.22
7C
4E
King
Electrician! Cable Splic
$93.74
7C
4E
King
Electriciam Certified V1
$84.26
7C
4E
King
Electrician! Certified VA
$90.47
7C
4E
King
Electrician!Constructic
$43.18
7C
4E
King
Electrician!Journey Le,
$81.30
7C
4E
King
Electrician!Journey Le,
$87.22
7C
4E
King
Electrician!Journey Le,
$47.53
5A
1B
King
Electrician! Cable Splic
$82.39
5A
41)
King
Electrician! Certified Li
$75.64
5A
41)
King
Electrician!Groundper
$49.17
5A
41)
King
Electrician! Heavy Line
$75.64
5A
41)
King
Electrician!Journey Le,
$75.64
5A
4D
King
Electrician! Line Equipr
$64.54
5A
41)
King
Electrician! Meter Inst;
$49.17
5A
4D
King
Electrician! Pole Sprayi
$75.64
5A
41)
King
Electrician! Powderper
$56.49
5A
4D
King
Electronic -Journey Le,
$53.57
7E
1E
King
Elevator Cc Mechanic
$97.31
7D
4A
King
Elevator Cc Mechanic 1
$105.06
71)
4A
King
Fabricated All Classific
$18.25
5B
111
King
Fence Erec Fence Erec
$43.11
7A
4V
King
Fence Erec Fence Labc
$43.11
7A
4V
King
Flaggers Journey Le,
$43.11
7A
4V
King
Glaziers Journey Le,
$66.51
7L
1Y
King
Heat & Fro Jou rneyma
$76.61
5.1
4H
King
Heating Eq Journey Le,
$85.88
7F
1E
King
Hod Carrie Journey Le,
$52.44
7A
4V
8V
L_WTV
8Y
8Y
8Y
8Y
King Industrial Nourney Le, $13.50
King
Inland Boa-BoatOper
$61.41
5B
1K
King
Inland Boa -Cook
$56.48
5B
1K
King
Inland Boa-Deckhand
$57.48
5B
1K
King
Inland Boa-Deckhand 1
$58.81
5B
1K
King
inland Boa -Launch Opt
$58.89
5B
1K
King
Inland Boa -Mate
$57.31
5B
1K
King
Inspection) Cleaner Op
$31.49
King
Inspection) Grout Truc
$13.50
King
Inspections Head Oper
$24.91
King
Inspection) Technician
$19.33
King
Inspection) TvTruck O1
$20.45
King
Insulation )Journey Le,
$62.44
7A
4C
King
IronworkerJourneyma
$73.73
7N
10
King
Laborers Air, Gas Or
$50.86
7A
4V
King
Laborers Airtrac Dril
$52.44
7A
4V
King
Laborers Ballast Reg
$50.86
7A
4V
King
Laborers Batch Wei€
$43.11
7A
4V
King
Laborers Brick Paver
$50.86
7A
4V
King
Laborers Brush Cutty
$50.86
7A
4V
King
Laborers Brush Hog
$50.86
7A
4V
King
Laborers Burner
$50.86
7A
4V
King
Laborers Caisson W(
$52.44
7A
4V
King
Laborers Carpenter'
$50.86
7A
4V
King
Laborers Cement Du
$51.80
7A
4V
King
Laborers Cement Fir
$50.86
7A
4V
King
Laborers Change Ho
$50.86
7A
4V
King
Laborers Chipping G
$51.80
7A
4V
King
Laborers Chipping G
$50.86
7A
4V
King
Laborers Choker Set
$50.86
7A
4V
King
Laborers Chuck Ten(
$50.86
7A
4V
King
Laborers Clary Powe
$51.80
7A
4V
King
Laborers Clean-up L;
$50.86
7A
4V
King
Laborers Concrete D
$51.80
7A
4V
King
Laborers Concrete F
$50.86
7A
4V
King
Laborers Concrete P
$51.80
7A
4V
King
Laborers Concrete S
$51.80
7A
4V
King
Laborers Crusher Fe
$43.11
7A
4V
King
Laborers Curing Lab,
$50.86
7A
4V
King
Laborers Demolition
$50.86
7A
4V
King
Laborers Ditch DiggE
$50.86
7A
4V
King
Laborers Diver
$52.44
7A
4V
King
Laborers Drill Opera
$51.80
7A
4V
King
Laborers Dry Stack V
$50.86
7A
4V
King
Laborers Dump Pers
$50.86
7A
4V
King
Laborers Epoxy Tech
$50.86
7A
4V
King
Laborers Erosion Co
$50.86
7A
4V
1
1
1
1
1
1
8Y
8Y
8Y
8Y
8Y
8Y
8Y
BY
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
8Y
King
Laborers
Faller & Bu
$51.80
7A
4V
8Y
King
Laborers
Fine Grade
$50.86
7A
4V
8Y
King
Laborers
Firewatch
$43.11
7A
4V
8Y
King
Laborers
Form Sette
$50.86
7A
4V
8Y
King
Laborers
Gabian Bas
$50.86
7A
4V
8Y
King
Laborers
General La
$50.86
7A
4V
8Y
King
Laborers
Grade Chei
$52.44
7A
4V
8Y
King
Laborers
Grinders
$50.86
7A
4V
8Y
King
Laborers
Grout Mac
$50.86
7A
4V
8Y
King
Laborers
Groutmen
$51.80
7A
4V
8Y
King
Laborers
Guardrail E
$50.86
7A
4V
8Y
King
Laborers
Hazardous
$52.44
7A
4V
8Y
King
Laborers
Hazardous
$51.80
7A
4V
8Y
King
Laborers
Hazardous
$50.86
7A
4V
8Y
King
Laborers
High Scaler
$52.44
7A
4V
8Y
King
Laborers
Jackhammi
$51.80
7A
4V
8Y
King
Laborers
Laserbeam
$51.80
7A
4V
8Y
King
Laborers
Maintenan
$50.86
7A
4V
8Y
King
Laborers
Manhole B
$51.80
7A
4V
8Y
King
Laborers
Material Yz
$50.86
7A
4V
8Y
King
Laborers
Motorman
$51.80
7A
4V
8Y
King
Laborers
Nozzleman
$51.80
7A
4V
8Y
King
Laborers
Pavement
$51.80
7A
4V
8Y
King
Laborers
Pilot Car
$43.11
7A
4V
8Y
King
Laborers
Pipe Layer
$52.44
7A
4V
8Y
King
Laborers
Pipe Layers
$51.80
7A
4V
8Y
King
Laborers
Pipe Pot Te
$51.80
7A
4V
8Y
King
Laborers
Pipe Reline
$51.80
7A
4V
8Y
King
Laborers
Pipe Wrapl
$51.80
7A
4V
8Y
King
Laborers
Pot Tender
$50.86
7A
4V
8Y
King
Laborers
Powderma
$52.44
7A
4V
8Y
King
Laborers
Powderma
$50.86
7A
4V
8Y
King
Laborers
Power Jack
$51.80
7A
4V
8Y
King
Laborers
Railroad Sr
$51.80
7A
4V
8Y
King
Laborers
Raker - Asr
$52.44
7A
4V
8Y
King
Laborers
Re-timberr
$52.44
7A
4V
8Y
King
Laborers
Remote Eq
$51.80
7A
4V
8Y
King
Laborers
Rigger/Sigr
$51.80
7A
4V
8Y
King
Laborers
Rip Rap Pe
$50.86
7A
4V
8Y
King
Laborers
Rivet Buste
$51.80
7A
4V
8Y
King
Laborers
Rodder
$51.80
7A
4V
8Y
King
Laborers
Scaffold En
$50.86
7A
4V
8Y
King
Laborers
Scale Persc
$50.86
7A
4V
8Y
King
Laborers
Sloper (Ov(
$51.80
7A
4V
8Y
King
Laborers
Sloper Spr
$50.86
7A
4V
8Y
King
Laborers
Spreader ((
$51.80
7A
4V
8Y
King
Laborers
Stake Hopr
$50.86
7A
4V
8Y
King
Laborers Stock Piler
$50.86
7A
4V
8Y
King
Laborers Swinging S
$43.11
7A
4V
8Y
King
Laborers Tamper&!
$51.80
7A
4V
8Y
King
Laborers Tamper (M
$51.80
7A
4V
8Y
King
Laborers Timber Per
$51.80
7A
4V
8Y
King
Laborers Toolroom f
$50.86
7A
4V
8Y
King
Laborers Topper
$50.86
7A
4V
8Y
King
Laborers Track Labo
$50.86
7A
4V
8Y
King
Laborers Track Liner
$51.80
7A
4V
8Y
King
Laborers Traffic Con
$46.10
7A
4V
9C
King
Laborers Traffic Con
$48.84
7A
4V
9C
King
Laborers Truck Spotl
$50.86
7A
4V
8Y
King
Laborers Tugger Op(
$51.80
7A
4V
8Y
King
Laborers Tunnel Wo
$120.61
7A
4V
9B
King
Laborers Tunnel Wo
$125.64
7A
4V
9B
King
Laborers Tunnel Wo
$129.32
7A
4V
9B
King
Laborers Tunnel Wo
$135.02
7A
4V
9B
King
Laborers Tunnel Wo
$137.14
7A
4V
9B
King
Laborers Tunnel Wo
$142.24
7A
4V
9B
King
Laborers Tunnel Wo
$144.14
7A
4V
9B
King
Laborers Tunnel Wo
$146.14
7A
4V
9B
King
Laborers Tunnel Wo
$148.14
7A
4V
9B
King
Laborers Tunnel Wo
$52.54
7A
4V
8Y
King
Laborers Tunnel Wo
$52.54
7A
4V
8Y
King
Laborers Vibrator
$51.80
7A
4V
8Y
King
Laborers Vinyl Seam
$50.86
7A
4V
8Y
King
Laborers Watchman
$39.18
7A
4V
8Y
King
Laborers Welder
$51.80
7A
4V
8Y
King
Laborers Well Point
$51.80
7A
4V
8Y
King
Laborers Window W
$39.18
7A
4V
8Y
King
Laborers - I General La
$50.86
7A
4V
8Y
King
Laborers - I Pipe Layer
$51.80
7A
4V
8Y
King
Landscape Landscape
$39.18
7A
4V
8Y
King
Landscape Landscape
$68.02
7A
3K
8X
King
Landscape Groundske
$17.87
1
King
Lathers Journey Le,
$62.44
5D
1H
King
Marble SetJourney Le,
$58.82
5A
1M
King
Metal Fabr Fitter
$15.86
1
King
Metal Fabr Laborer
$13.50
1
King
Metal Fabr Machine O
$13.50
1
King
Metal Fabr Painter
$13.50
1
King
Metal Fabr Welder
$15.48
1
King
Millwright Journey Le,
$63.94
7A
4C
King
Modular Bi Cabinet As!
$13.50
1
King
Modular Bi Electrician
$13.50
1
King
Modular Bi Equipment
$13.50
1
King
Modular Bi Plumber
$13.50
1
King
Modular Bi Production
$13.50
King
Modular BiTool Maint
$13.50
King
Modular Bi Utility Pers
$13.50
King
Modular Bi Welder
$13.50
King
Painters Journey Le,
$43.40
6Z
2B
King
Pile Driver Crew Tend
$67.31
7A
4C
King
Pile Driver Crew Tend
$67.31
7A
4C
King
Pile Driver Hyperbaric
$77.93
7A
4C
King
Pile Driver Hyperbaric
$82.93
7A
4C
King
Pile Driver Hyperbaric
$86.93
7A
4C
King
Pile Driver Hyperbaric
$91.93
7A
4C
King
Pile Driver Hyperbaric
$94.43
7A
4C
King
Pile Driver Hyperbaric
$99.43
7A
4C
King
Pile Driver Hyperbaric
$101.43
7A
4C
King
Pile Driver Hyperbaric
$103.43
7A
4C
King
Pile Driver Hyperbaric
$105.43
7A
4C
King
Pile Driver Journey Le,
$62.69
7A
4C
King
Plasterers Journey Le-
$59.29
7Q
iR
King
PlaygrouncJourney Le,
$13.50
King
Plumbers FJourney Le,
$89.19
6Z
1G
King
Power Equ Asphalt Pla
$69.16
7A
3K
King
Power Equ Assistant E
$65.05
7A
3K
King
Power Equ Barrier Ma
$68.55
7A
3K
King
Power Equ Batch Plant
$68.55
7A
3K
King
Power Equ Bobcat
$65.05
7A
3K
King
Power Equ Brokk - Rer
$65.05
7A
3K
King
Power Equ Brooms
$65.05
7A
3K
King
Power Equ Bump Cutt,
$68.55
7A
3K
King
Power Equ Cableways
$69.16
7A
3K
King
Power Equ Chipper
$68.55
7A
3K
King
Power Equ Compressc
$65.05
7A
3K
King
Power Equ Concrete F
$65.05
7A
3K
King
Power Equ Concrete P
$68.02
7A
3K
King
Power Equ Concrete P
$69.16
7A
3K
King
Power Equ Concrete P
$68.55
7A
3K
King
Power Equ Conveyors
$68.02
7A
3K
King
Power Equ Cranes frit
$71.26
7A
3K
King
Power Equ Cranes: 101
$69.85
7A
3K
King
Power Equ Cranes: 20
$68.55
7A
3K
King
Power Equ Cranes: 201
$70.57
7A
3K
King
Power Equ Cranes: 301
$71.26
7A
3K
King
Power Equ Cranes: 45
$69.16
7A
3K
King
Power Equ Cranes: A -f
$65.05
7A
3K
King
Power Equ Cranes: Frig
$70.57
7A
3K
King
Power Equ Cranes: thr
$68.02
7A
3K
King
Power Equ Crusher
$68.55
7A
3K
King
Power Equ Deck Engin
$68.55
7A
3K
1
1
1
1
1
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
King
Power Equ Derricks, O
$69.16
7A
3K
8x
King
Power Equ Dozers D-9
$68.02
7A
3K
8x
King
Power Equ Drill Oilers:
$68.02
7A
3K
8x
King
Power Equ Drilling Ma
$69.85
7A
3K
8x
King
Power Equ Elevator Ar
$65.05
7A
3K
8x
King
Power Equ Finishing IV
$68.55
7A
3K
8x
King
Power Equ Forklift: 30
$68.02
7A
3K
8x
King
Power Equ Forklifts: U
$65.05
7A
3K
8x
King
Power Equ Grade Engi
$68.55
7A
3K
8x
King
Power Equ Gradechec
$65.05
7A
3K
Sx
King
Power Equ Guardrail F
$68.55
7A
3K
8x
King
Power Equ Hard Tail E
$69.16
7A
3K
8x
King
Power Equ Hard Tail E
$68.55
7A
3K
8x
King
Power Equ Horizontal)
$68.02
7A
3K
8x.
King
Power Equ Horizontals
$68.55
7A
3K
8x
King
Power Equ Hydralifts/
$68.02
7A
3K
8x
King
Power Equ Hydralifts/
$65.05
7A
3K
8x
King
Power Equ Loader, Ov
$69.85
7A
3K
8x
King
Power Equ Loader, Ov
$69.16
7A
3K
8x
King
Power Equ Loaders, O,
$68.55
7A
3K
8x
King
Power Equ Loaders, PI
$68.55
7A
3K
8x
King
Power Equ Loaders: EI
$68.02
7A
3K
8x
King
Power Equ Locomotive
$68.55
7A
3K
8x
King
Power Equ Material Tr
$68.55
7A
3K
8x
King
Power Equ Mechanics,
$69.85
7A
3K
8x
King
Power Equ Motor Patr
$69.16
7A
3K
8x
King
Power Equ Mucking M
$69.16
7A
3K
8x
King
Power Equ Oil Distribu
$65.05
7A
3K
8x
King
Power Equ Outside He
$68.02
7A
3K
8x
King
Power Equ Overhead,
$68.55
7A
3K
8x
King
Power Equ Overhead,
$69.85
7A
3K
8x
King
Power Equ Overhead,
$69.16
7A
3K
8x
King
Power Equ Pavement
$65.05
7A
3K
8x
King
Power Equ Pile Driver
$68.55
7A
3K
8x
King
Power Equ Plant Oiler
$68.02
7A
3K
8x
King
Power Equ Posthole D
$65.05
7A
3K
8x
King
Power Equ Power Plar
$65.05
7A
3K
8x
King
Power Equ Pumps - W
$65.05
7A
3K
8x
King
Power Equ Quad 9, Hd
$69.16
7A
3K
8x
King
Power Equ QuickTowi
$65.05
7A
3K
8x
King
Power Equ Remote Co
$69.16
7A
3K
8x
King
Power Equ Rigger and
$65.05
7A
3K
8x
King
Power Equ Rigger/Sigr
$68.02
7A
3K
8x
King
Power Equ Rollagon
$69.16
7A
3K
8x
King
Power Equ Roller, Oth
$65.05
7A
3K
8x
King
Power Equ Roller, Plar
$68.02
7A
3K
8x
King
Power Equ Roto -mill, 1
$68.55
7A
3K
Sx
King
Power Equ Saws - Con
$68.02
7A
3K
8x
King
Power Equ Scraper, Se
$68.55
7A
3K
8x
King
Power Equ Scrapers - (
$68.02
7A
3K
8x
King
Power Equ Scrapers, S
$69.16
7A
3K
8x
King
Power Equ Service End
$68.02
7A
3K
8x
King
Power Equ Shotcrete/,
$65.05
7A
3K
8X
King
Power Equ Shovel, Exc
$68.02
7A
3K
8x
King
Power Equ Shovel, Exc
$69.16
7A
3K
8x
King
Power Equ Shovel, Exc
$68.55
7A
3K
8X
King
Power Equ Shovel, Exc
$69.85
7A
3K
8x
King
Power Equ Shovel, Exc
$70.57
7A
3K
8x
King
Power Equ Slipform Pi
$69.16
7A
3K
8x
King
Power Equ Spreader, l
$69.16
7A
3K
8x
King
Power Equ Subgrader
$68.55
7A
3K
8x
King
Power Equ Tower Bucl
$68.02
7A
3K
8x
King
Power Equ Tower Crar
$69.85
7A
3K
8x
King
Power Equ Tower Crar
$70.57
7A
3K
8x
King
Power Equ Tower Crar
$71.26
7A
3K
8x
King
Power Equ Transporte
$69.16
7A
3K
8x
King
Power Equ Trenching 1
$68.02
7A
3K
8x
King
Power Equ Truck Cram
$68.55
7A
3K
8x
King
Power Equ Truck Cran
$68.02
7A
3K
8x
King
Power Equ Truck Mou
$68.55
7A
3K
8x
King
Power Equ Welder
$69.16
7A
3K
8x
King
Power Equ Wheel Trac
$65.05
7A
3K
8x
King
Power Equ Yo Yo Pay [
$68.55
7A
3K
8x
King
Power Equ Asphalt Pla
$69.16
7A
3K
8x
King
Power Equ Assistant E
$65.05
7A
3K
8x
King
Power Equ Barrier Ma
$68.55
7A
3K
8x
King
Power Equ Batch Plant
$68.55
7A
3K
8x
King
Power Equ Bobcat
$65.05
7A
3K
8x
King
Power Equ Brokk - Rer
$65.05
7A
3K
8x
King
Power Equ Brooms
$65.05
7A
3K
8x
King
Power Equ Bump Cutt,
$68.55
7A
3K
8x
King
Power Equ Cableways
$69.16
7A
3K
8x
King
Power Equ Chipper
$68.55
7A
3K
8x
King
Power Equ Compressc
$65.05
7A
3K
8x
King
Power Equ Concrete F
$65.05
7A
3K
8x
King
Power Equ Concrete P
$68.02
7A
31(
8x
King
Power Equ Concrete P
$69.16
7A
3K
8x
King
Power Equ Concrete P
$68.55
7A
3K
8x
King
Power Equ Conveyors
$68.02
7A
3K
8X
King
Power Equ Cranes frit
$71.26
7A
3K
8x
King
Power Equ Cranes: 101
$69.85
7A
3K
8x
King
Power Equ Cranes: 20
$68.55
7A
3K
8x
King
Power Equ Cranes: 201
$70.57
7A
3K
8x
King
Power Equ Cranes: 301
$71.26
7A
3K
8x
King
Power Equ Cranes: 45
$69.16
7A
3K
8X
King
Power Equ Cranes: A -f
$65.05
7A
3K
8x
King
Power Equ Cranes: Fri
$70.57
7A
3K
8x
King
Power Equ Cranes: thr
$68.02
7A
3K
8x
King
Power Equ Crusher
$68.55
7A
3K
8x
King
Power Equ Deck Engin
$68.55
7A
3K
8X
King
Power Equ Derricks, O
$69.16
7A
3K
8x
King
Power Equ Dozers D-9
$68.02
7A
3K
8x
King
Power Equ Drill Oilers:
$68.02
7A
3K
8x
King
Power Equ Drilling Ma
$69.85
7A
3K
8x
King
Power Equ Elevator Ar
$65.05
7A
3K
8x
King
Power Equ Finishing N
$68.55
7A
3K
8X
King
Power Equ Forklift: 30
$68.02
7A
3K
8x
King
Power Equ Forklifts: U
$65.05
7A
3K
8x
King
Power Equ Grade Engi
$68.55
7A
3K
8x
King
Power Equ Gradechec
$65.05
7A
3K
8x
King
Power Equ Guardrail F
$68.55
7A
3K
8x
King
Power Equ Hard Tail E
$69.16
7A
3K
8x
King
Power Equ Hard Tail E
$68.55
7A
3K
8x
King
Power Equ Horizontal)
$68.02
7A
3K
8x
King
Power Equ Horizontal)
$68.55
7A
3K
8x
King
Power Equ Hydralifts/
$68.02
7A
3K
ax
King
Power Equ Hydralifts/
$65.05
7A
3K
8X
King
Power Equ Loader, Ov
$69.85
7A
3K
8x
King
Power Equ Loader, Ov
$69.16
7A
3K
8x
King
Power Equ Loaders, O,
$68.55
7A
3K
8x
King
Power Equ Loaders, PI
$68.55
7A
3K
Sx
King
Power Equ Loaders: EI
$68.02
7A
3K
8x
King
Power Equ Locomotiv(
$68.55
7A
3K
8x
King
Power Equ Material Tr
$68.55
7A
3K
8x
King
Power Equ Mechanics,
$69.85
7A
3K
8x
King
Power Equ Motor Patr
$69.16
7A
3K
8x
King
Power Equ Mucking M
$69.16
7A
3K
8X
King
Power Equ Oil Distribu
$65.05
7A
3K
8x
King
Power Equ Outside He
$68.02
7A
3K
8x
King
Power Equ Overhead,
$68.55
7A
3K
8x
King
Power Equ Overhead,
$69.85
7A
3K
SX
King
Power Equ Overhead,
$69.16
7A
3K
8x
King
Power Equ Pavement
$65.05
7A
3K
8X
King
Power Equ Pile Driver
$68.55
7A
3K
Sx
King
Power Equ Plant Oiler
$68.02
7A
3K
8x
King
Power Equ Posthole D
$65.05
7A
3K
8x
King
Power Equ Power Plar
$65.05
7A
3K
Sx
King
Power Equ Pumps - W
$65.05
7A
3K
8x
King
Power Equ Quad 9, Hd
$69.16
7A
3K
8X
King
Power Equ Quick Tow(
$65.05
7A
3K
8x
King
Power Equ Remote Co
$69.16
7A
3K
8x
King
Power Equ Rigger and
$65.05
7A
3K
King
Power Equ Rigger/Sigr
$68.02
7A
3K
King
Power Equ Rollagon
$69.16
7A
3K
King
Power Equ Roller, Oth
$65.05
7A
3K
King
Power Equ Roller, Plar
$68.02
7A
3K
King
Power Equ Roto -mill, f
$68.55
7A
3K
King
Power Equ Saws - Con
$68.02
7A
3K
King
Power Equ Scraper, Se
$68.55
7A
3K
King
Power Equ Scrapers - (
$68.02
7A
3K
King
Power Equ Scrapers, S
$69.16
7A
3K
King
Power Equ Service En€
$68.02
7A
3K
King
Power Equ Shotcrete/1
$65.05
7A
3K
King
Power Equ Shovel, Exc
$68.02
7A
3K
King
Power Equ Shovel, Exc
$69.16
7A
3K
King
Power Equ Shovel, Exc
$68.55
7A
3K
King
Power Equ Shovel, Exc
$69.85
7A
3K
King
Power Equ Shovel, Exc
$70.57
7A
3K
King
Power Equ Slipform Pi
$69.16
7A
3K
King
Power Equ Spreader, l
$69.16
7A
3K
King
Power Equ Subgrader
$68.55
7A
3K
King
Power Equ Tower Bucl
$68.02
7A
3K
King
Power Equ Tower Crar
$69.85
7A
3K
King
Power Equ Tower Crar
$70.57
7A
3K
King
Power Equ Tower Crar
$71.26
7A
3K
King
Power Equ Transporte
$69.16
7A
3K
King
Power Equ Trenching 1
$68.02
7A
3K
King
Power Equ Truck Crarn
$68.55
7A
3K
King
Power Equ Truck Cran
$68.02
7A
3K
King
Power Equ Truck Mou
$68.55
7A
3K
King
Power Equ Welder
$69.16
7A
3K
King
Power Equ Wheel Trac
$65.05
7A
3K
King
Power Equ Yo Yo Pay [
$68.55
7A
3K
King
Power LineJourney Le,
$53.10
5A
4A
King
Power Line Spray Pers(
$50.40
5A
4A
King
Power LineTree Equip
$53.10
5A
4A
King
Power LineTree Trimn
$47.48
5A
4A
King
Power LineTree Trimn
$36.10
5A
4A
King
Refrigeratidourney Le,
$84.01
6Z
1G
King
ResidentialJourney Le,
$58.82
5A
1M
King
ResidentialJourney Le,
$32.06
King
ResidentialJourney Le,
$29.25
King
ResidentialJourney Le,
$46.43
7A
4C
King
ResidentialJourney Le,
$47.04
5P
1E
King
ResidentialJourney Le,
$36.01
King
ResidentialJourney Le,
$45.90
7L
1H
King
ResidentialJourney Le,
$29.87
King
ResidentialJourney Le,
$26.18
1
1
1
1
1
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
8X
King
ResidentialJourney Le,
$27.38
King
ResidentialJourney Le,
$27.80
King
ResidentialJourney Le,
$39.43
King
ResidentialJourney Le,
$54.12
5A
King
ResidentialJourney Le,
$51.89
7F
King
ResidentialJourney Le,
$51.07
5A
King
ResidentialJourney Le,
$50.89
5C
King
ResidentialJourney Le,
$58.82
5A
King
ResidentialJourney Le,
$54.06
5A
King
ResidentialJourney Le,
$24.39
King
ResidentialJourney Le,
$21.04
King
Roofers Journey Le�
$55.02
5A
King
Roofers Using Irrita
$58.02
5A
King
Sheet MetiJourney Le�
$85.88
7F
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$76.61
5.1
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
Shipbuildin New Const
$36.36
7V
King
ShipbuildinNew Const
$36.36
7V
King
Shipbuildin Ship Repaii
$46.15
7X
King
Shipbuildin Ship Repair
$44.95
7X
King
Shipbuildin Ship Repaii
$45.06
7Y
King
Shipbuildin Ship Repair
$46.22
7X
King
Shipbuildin Ship Repair
$76.61
5J
King
Shipbuildin Ship Repaii
$46.15
7X
King
Shipbuildin Ship Repair
$46.15
7X
King
Shipbuildin Ship Repair
$45.06
7Y
King
Shipbuildin Ship Repair
$46.15
7X
King
Shipbuildin Ship Repair
$46.15
7X
King
Shipbuildin Ship Repaii
$46.15
7X
King
Shipbuildin Ship Repaii
$46.15
7X
King
Shipbuildin Ship Repair
$44.95
7X
King
Shipbuildin Ship Repair
$45.06
7Y
King
Sign MakerJourney Le,
$49.44
King
Sign MakerJourney Le,
$31.96
King
Soft Floor LJourney Le,
$51.07
5A
King
Solar ContrJourney Le,
$13.50
1
1
1
IG
1R
3J
211
1M
1M
1
1
3H
3H
1E
1
1
1
1
4H
1
1
1
1
1
1
1
1
1
1
4J
4J
4K
4.1
4H
4J
4J
4K
4J
4J
4.1
4J
4J
4K
0 1
0 1
3J
1
King
Sprinkler F Journey Le,
$82.39
5C
1X
King
Stage Riggi Journey Le,
$13.50
King
Stone Masdourney Le,
$58.82
5A
1M
King
Street And Journey Le,
$19.09
King
Surveyors Assistant C
$68.02
7A
3K
King
Surveyors Chainman
$65.05
7A
3K
King
Surveyors Constructic
$69.16
7A
3K
King
TelecommUourney Le,
$53.57
7E
1E
King
Telephone Cable Splic
$41.81
5A
2B
King
Telephone Hole Digge
$23.53
5A
2B
King
Telephone Installer (R
$40.09
5A
2B
King
Telephone Special Api
$41.81
5A
2B
King
Telephone Special Apj
$40.99
5A
2B
King
Telephone Telephone
$41.81
5A
2B
King
Telephone Telephone
$38.92
5A
2B
King
Telephone Telephone
$38.92
5A
2B
King
Telephone Television 1
$22.32
5A
2B
King
Telephone Television
$29.60
5A
2B
King
Telephone Television'
$35.20
5A
2B
King
Telephone Television -
$31.67
5A
2B
King
Telephone Tree Trimn
$38.92
5A
2B
King
Terrazzo Mourney Le,
$54.06
5A
1M
King
Tile SettersJourney Le-
$54.06
5A
1M
King
Tile, Marbl Finisher
$44.89
5A
1B
King
Traffic Con Journey Le�
$47.68
7A
1K
King
Truck DrivEAsphalt Mi
$61.59
5D
4Y
King
Truck DrivEAsphalt Mi
$60.75
5D
4Y
King
Truck DriVE Dump Truc
$60.75
5D
4Y
King
Truck DriVE Dump Truc
$61.59
5D
4Y
King
Truck DriVE Other Truc
$61.59
5D
4Y
King
Truck DrivETransit Mi),
$61.59
5D
4Y
King
Well Drillei Irrigation P
$17.71
King
Well DrilleiOiler
$13.50
King
Well Drillei Well Drillei
$18.00
1
1
1
1
1
8X
8X
8X
8L
8L
8L
8L
8L
8L
8/17/2020
BUSINESS INFORMATION
Business Name:
ASSORTED ENDEAVORS LLC
UBI Number:
603 391 202
Business Tyne:
WA LIl1ITED LIABILITY COMPANY
Business Status:
ACTIVE
Corporations and Charities System
Principal Office Street Address:
PO BOX 257, OLYMPIA, WA, 98507-0257, UNITED STATES
Principal Office Mailing Address:
PO BOX 257, OLYMPIA, WA, 98507-0257, UNITED STATES
Expiration Date:
04/30/2021
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/02/2014
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
SETH SMITH
Street Address:
4022 CAMPBELL RD, CLINTON, WA, 98236-8402, UNITED STATES
Mailing Address:
PO BOX 1163, CLINTON, WA, 98236-1163, UNITED STATES
GOVERNORS
Title Governors Type Entity Name
GOVERNOR INDIVIDUAL
GOVERNOR ENTITY
First Name Last Name
SETH
ASSORTED ENDEAVORS LLC SETH
SMITH
SMITH
1/1
https://ccfs.sos.wa.gov/#/BusinessSearch/BusinessInformation