Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 21-127 - SOUND PACIFIC CONSTRUCTION, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 4272
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIv: PUBLIC WORKS/ENGINEERING
2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. RN : 6/5/23
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
CI CONTRACT AMEINDMENT(AG#):AG21-127 ❑ INTERLOCAL
❑ OTHER ChangB Order #005 _
4. PROJECTNAnII•:: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
5. NAME OF CONTRACTOR. Sound Pacific Construction, LLC
ADDRESS: Tom Aaplanalp TELEPHONE: 253-514-6226
E-MAIL: tom uOsoundpacificconst.com FAx:
SIGNATURENAME: Tam Ah lanai TITLE: Owner
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 # 603606758 , EXP. _/_/_
7. TERM: COMMENCEMENT DATE: 9/1 3/21 COMPLETION DATE: Project acceptance
8. TOTAL COMPENSATION: $ 1 ,248,885.56 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES [a 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
In PURCHASING: PLEASE CHARGE TO: C36217-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JC 6128/23
8 DIVISION MANAGER
8 DEPUTY DIRECTOR —=
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT TMW 6/29/23
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICITNSES. rxHlBrrs
❑ 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
b&SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK zr
❑ ASSIGNED AG # AG#
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE* 'ORIGINALS
U2020
36217
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 21-127
AGREEMENT NUMBER
05 (o ISo 1 2-s
CHANGE ORDER NUMBER EFFECTIVE DATE
SW DASH POINT AND 47TM AVE SW COMPACT ROUNDABOUT Sound Pacific Construction, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers additional work required to complete the project. These additional funds were
approved by Council on January 3'", 2023.
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 the expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
These are new and existing bid items with estimated quantities involved in this change order.
EXISTING BID ITEMS:
ITEM
ITEM
ADD'L
UNIT
UNIT PRICE
ADD OR
I DELETE
NO.
08
FLAGGERS
444
HR
$75.00
$33,300.00
20
OTHER TRAFFIC CONTROL LABOR
46.25
HR
$80.00
$3,700.00
TOTAL NET CONTRACT:
INCREASE $
37.000.00
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $1,057,128.00
PREVIOUS CHANGE ORDERS $ 154,757.56
THIS CHANGE ORDER $ 37.000.00
NEW CONTRACT AMOUNT $.1.248A85.56
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 ofany 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.
CHANGE ORDER AGREEMENT 1 Rev. 8/19
SIGNATURE DATE
1 -501 zo 2-3
PUB C WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
RETURN TO: PW ADMIN EXT: 2700 ID #: 4213
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. B►•; 3/10/23
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 (AG#): 21-127 ❑ INTERLOCAL
0 OTHER Cbanae Order #004
4. PROJECT NAME: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
5. NAME OF CONTRACTOR: Sound Pacific Construction, LLC
ADDRESS: Tam Abolanal❑ TELEPHONE: 253-514-6226
E-MAIL: tomO-soundoacif[cconst.com FAX:
SIGNATURENAME: Tom Abplanalp TITLE: Owner
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 # 603606758 , EXP.
7. TERM: COMMENCEMENT DATE: 9/13/21 COMPLETION DATE: 9/13/23
8. TOTAL COMPENSATION: $ 1 ,211, 885.56 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
d PURCHASING: PLEASE CHARGE TO: 3064400-217-595-30-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JC WW23
6 DIVISION MANAGER 9
8 DEPUTY DIRECTOR --
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT KVA4/3/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 3/6/23 COMMITTEE APPROVAL DATE: 3/6/23
SCHEDULED COUNCIL DATE: 3/21/23 COUNCIL APPROVAL DATE:
It. CONTRACT SIGNATURE ROUTING
A SENT TO VENDOR/CONTRACTOR DATE SENT: 4/3/23 DATE REC' D: 6/6/23
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT _
❑ LAW DEPT t
A SIGNATORY (MAYOR OR Di�R} fO l
❑ CITY CLERK
❑ ASSIGNED AG # AG# 2,•,2�
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" " ORIGINALS
E -2020
36217
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 21-127
AGREEMENT NUMBER
04
CHANGE ORDER NUMBER
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
(01-11 Za--p
E FE TIVE DATE
Sound Pacific Construction LLC
CONTRACTOR
1. PER FIELD DIRECTIVE 010 [Attached)
Special order CB solid vault lid and installation. Add 0.5 additional working days.
2. PER FIELD DIRECTIVE 014 (Attached)
Relocate the ditch line on the SE side of the project to accommodate the 2:1 slope required.
Add beehive CB lid and approximately 1 foot of risers. Add 1 additional working days.
3. PER FIELD DIRECTIVE 015 (Attached)
Tree trimming is required around new luminaires and flashing beacon sitewide. Add 0.5
additional working days.
4. PER FIELD DIRECTIVE 017 (Attached)
Replace extruded curb with a 6-inch vertical curb adjacent to the block wall. Add a white
edge line that was omitted from project plans. Add 1 additional working days.
5. PER FIELD DIRECTIVE 018 (Attached)
Add block wall around luminaire #4 to stabilize slope that was disturbed in order to place
luminaire. Add 1 additional working days.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 4 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 the expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
CHANGE ORDER AGREEMENT Rev. 8/19
EXISTING UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
01
MINOR CHANGE
1
FA
$10,000.00
$10,000.00
08
FLAGGERS
196
HR
$75.00
$14,700.00
26
MODULAR BLOCK WALL
54
SF
$70.00
$3.50
$3,780.00
49
PLASTIC LINE
180
LF
$630.00
NEW UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
69
Solid Non -Skid Lid
1
FA
$4,000.00
$4,000.00
63
Beehive CB Lid
1
EA
$1,000
$1,000
70
Tree Trimming
1
LS
$11,098.08
$11,098.08
68
CIP 6" Vertical Curb
1
LS
$13,237.23
$13,237.23
1.64
Additional Erosion Control
1
FA
$4,000.00
$4,000.00
TOTAL NET CONTRACT: $ 62 "5.31 INCREASE $ J DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
$ 1.057.128.00
$ 92,312.25
$- 62,445.31
$ 1.211.885.56
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.
May 15, 2023
CONTf2ACT{3R'S IGNATURE DATE
PUBLIC WORKS DIRECTOR
(,111 ZoL--,
DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
CITY OF FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No.: FD 010
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: ADD SOLID NON-SKID LID
PER THIS "FIELD DIRECTIVE"....:
Unnumbered CB in the SE corner of the project will be located in a paved shoulder/sidewalk. Please add a
solid non-skid lid to this CB found on attached sheet #9. The current lid is large, possibly double veined
grate. An acceptable, optional solution, is to covert this lid to a more common type with a solid, non-skid lid.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Force Account time and materials.
Attachments: Below
Prepared By: John Cole
Directed By:
Capital Engineer
Approved By:
Date:
Date:
Date:
Public Works Director or Capital Project Manager
Received By: l ,fly 441 _ , Date:
Co tra flnswetlpn. Inc.)
3/7/2022
3/7/2022
3/7/22
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS
OR g.
3�
$� in�
. o -
I a
H
O
m
Cc
in
Z
C)
Z
� Q
O J
U �
UD LU
u! F—
x
ti g
O O
C) U)
F-
z
0
CL
0
c
Aft
CITY OF FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No.: FD 014
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: Shoulder restoration and associated ditch work
PER THIS "FIELD DIRECTIVE"
See attached plan sheet. Replace "Seeded lawn and 8" topsoil type A" with "Gravel Borrow" for shoulder
restoration. Adjust CB #9 by approximately V to accommodate the required 3:1 slope for shoulder
restoration. Install beehive lid to CB #10. Excavate and relocate ditch on East side of 47th to East
approximately 5' x 125' long to accomidate the required 3:1 slope for shoulder restoration. Line new
excavated ditch with quarry spalls.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER
Bid item #20 "GRAVEL BORROW INCL. HAUL" - 28 TN, existing unit price.
Bid item #32 "ADJUST CATCH BASIN" - 1 EA, existing unit price.
New Bid item #62 "RE-ESTABLISH DITCH LINE" - Force Account for time and materials.
New Bid item #63 "BEEHIVE LID" - 1 EA (Waiting on unit price)
Attachments: Sheet 9 of 21
Prepared By:
Directed By:
John Cole
Date: 6/23/2022
)0z�.�
Date: 6/23/2022
Capital Engineer
Christine Mullen
2022.07 08 16:12.43-07'00' 0 - 4-2022
Approved By: � � _ Date:
Public Works Director or Engineering Manager
Received By: _ Date: July 9, 2022
Cuntractor (Sormu-pacitir Uonstruction, Inc.)
❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work
Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of
whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions,
defenses, and remedies.
Yes ❑ No ❑
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT,
AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR
TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT
STANDARD SPECIFICATIONS
CITY OF
Federal Way
Field Order No.:
Project:
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
FD 015
SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: Tree trimminq for vehicle clearance and luminaire liqhtinq distribution
PER THIS "FIELD DIRECTIVE"
See attached plan sheet. Trees over the roadway and ones that obstruct new luminaire lighting distribution
need to be trimmed back to provide vehicle clearance of a minimum of 14'.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER
Bid item #1 "MINOR CHANGE" - Force Account
Attachments: Sheet 9 of 21
Prepared By: Johns Cole /o
Directed By:
Capital Engineerr In
Approved By: C4 Y r l
Received By:
Christine Mullen
2022 06 27 08:02:59-07'00'
Date: 6/23/2022
Date: 6/23/2022
Date
Public Works Director or Engineering Manager
- - - Date
Contractor (Sound Pacific Construction, Inc.)
27-9ml-2022
July 1, 2022
Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work
Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of
whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions,
defenses, and remedies.
Yes ❑ No ❑
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT,
AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR
TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT
STANDARD SPECIFICATIONS.
Y
9 0
E
3
leaEE
F
MU
NO
<��
w
o ■ Q
�
n � i
/ n
/ / 4
� I
iln
a
- §@S
ell
F �
�•3P��SVb �/ � ��
J
CITY OF
FIELD DIRECTIVE
Federal V` PUBLIC WORKS DEPARTMENT
Field Order No. FD 017
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: CIP curb and edge line
PER THIS "FIELD DIRECTIVE......:
See attached plan sheets. Replace extruded curb adjacent to the block wall with a 6" vertical cast -in -place
curb embedded into the existing HMA surface by approximately 6". From the end of extruded curb to the
paving extent, extend the white edge line.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Bid item #8 "FLAGGERS"
Bid item #49 "PLASTIC LINE" - 180 additional LF
New Bid item "6" CIP CURB COMPLETE" - Lump sum = $13,237.23
Attachments: Sheet 6 of 21
Prepared By: John Cole
Directed By:
Capital Engineer
Approved By:
Public Works Director or Engineering Manager
Date:
Date:
Date:
Received By: _ Date:
contractor( � Cars[r 1r,10- —
10/13/2022
10/13/2022
10/17/2022
❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work
Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of
whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions,
defenses, and remedies.
Yes ❑ No ❑
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT,
AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR
TIME EXTENSION OR CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT
STANDARD SPECIFICATIONS
:03AOaddV WOO'AVMIVa3033dOA-LIO'MMM
WOJ'3]NtlI11M35
sxrzseax:a srrzs—a OOGZiEB (E8Z) :3NOHd
e 9[SR N019,INAM'A33VI E0086 VM'AVM IVt003d S 3AV Hig 9ZEEE
NO :03M3IA3N OX 3LM3N-ra 1—
Aliunlioddp uo pajajuao
:03N`JIS30 30Nb111d f 'OS �PAA leaOpa-
f0 MS
NOISIA3N 31V0,~rv03J�b'i!0 30 A�L�7
�JOI NOISIn3a / NOIS213L� �JNUNVaId T
A
9NILSVI3 HO1rN 2
AVIMG N1938 ¢
1$+i ' ano 03analX3 NI938 @
11d13a NOIASNni moo iIVHdSV 03an&X3
s � x
-z
I
ON3 1 \
-6
1038 % CdkO awisi nundS ` -
6
eara a3ana1x3 aN3
L 11 sr61 '01Zz+6 a
s WD mmiHm Owl
z9al •+€'leifi a 'zl
Ipl 1■F■R �
9 �
1 .. `
�44 `b\ a s aN
lralN33 3HlerlNnomnoN
r�. b
BanO 030naLX3 ON3
+y k\ 18 61'Bl WZZ+61 v
Nul owis1 8311nds
■
�•�, k
� b
sn,
3
� 9NILSI%3 FO1rN
a Ar1a3A0 N1930
IN iZ'sl 'Bang 030na1K3 N1038
Ban? CMnal?3 NCM la 68'OZ '9NNrd NI938
�1Ir33a 33S ' LL SW& GN3 11 59'61 '98'LZ+Si V \ 'l6+LI v
earo Q30flalX ,Z N030
11 9L'91 '£8'Bs'}vZ r
98no a3ona3Xa UN3 _
11 1111 '91,1051 v
M0a fiM3 MIN"
\\\
13 51 Hlyd'30 xove \
s ONLLSI%3 Ha1rW \
11 80'Ll 'MnO a3anaIX3 N1038
� ll ItiZZ 'ONNrd N1038—
Zfi'£0+61 r �
s11w11 6u1Aed
of g3no papn3lxa;o pue
w03} awl a6pa pu91x3 • ` N��b 4fp
_
a+tiu
:03AOdddV
WOO AVMIV2J3O33dOA1J0'MMM
OOLZ-S£9(£SZ) 3NOHd •'Y
r'+�o �03M31/�32i
euse:�o>a•i 1H°A•"''"`"
�s+��ns au vx•n hnnr.or<s
£0086 VM AVM IV>d3O3d S 3AV H19 SZEEC 4i
s
fixrunUoddp udleOaapa�a�ua� �
O3NSIS3O
3ON'dI —V r0s
J�e�
pa�
[� NOISIA3i 31V0 ON "r r
�Q MS 0313va0 .. dO Ally
OOl NOISIA32i I NOIS2i3A ONIMV2iO
\ ■ 9NOSIX3 4DIVN
s , kVIdW N1038
ll S6U 'Ban0 030nwX3 N1938
Q
I `
LLL■
I 1 �
ON3 I
•6
,
Me
-6 B
y
■
\
('&i) ONVISI a3L11ldS
08M 030AdiX3 ON3
11 SI 6l 'O1 ZZ+6 8
1
(
e8n0 030na1X3 ON3
R
ll Z9"9l 'bf'l£+6 B
1
I
�
,
4` 4
■
a scz aNvlsl
IVELN30 318V1NnON
1
Ban0 030n81X3 NI930
18 49'Ll 'WIE+61 V
�e ■
edn0 030na1X3 ON3
1H '
0
�°
('del) ONVISI 831111dS
1
_
r
�
b
sc�
'„g to gldop c cl VIMH olui
papagwc gJro oceld ui lsrc 1e;!lJP.',
Ileac •"cclq cl lu@crdpe OJno
paJpnJl:•:�;o,.?q r:lalewl:ro,dde nocld,rj
\ 9NILSIX3 HOON
IV183A0 N038
\ 18 brsi '8an0 SOna1X3 N1038
edn0 030ndIX3 N1030 ` \ 18 6TOZ 'ON61Vd N1030
1Yf30 335 'MMNVai ON3 ll 99-61 '98•LZ+61
8li�7 030QiiLY3 Z NOM
L11 'CBEB+OZ
9L"81 V
o8n0 030na1X3 ON3
ll LM '91L1+61 V
mod NOa3 NnNININ
1J Z SI H1Vd JO NOVB
9NILSIX3 H01VN
11 90'LI '8an0 030naLX3 NI030�
11 WZZ 'ONIAVd N1030
Z5£0+61 Y
6 _
Q11Cr
,14%�:
CITY OF
Federal Way
Field Order No.
Project:
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
FD 018
SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: Luminaire #4 Wall
PER THIS "FIELD DIRECTIVE"....:
Luminaire #4 base and associated junction box required excavation of slope. Place block from RAM #13
around the luminaire base and junction box to support the exposed soft surface. Stair step/taper ends of the
wall as needed. Cap blocks to be used on ends as well as tops. Soft surface slope at top of wall should not
exceed 2:1 slope. Seed or mulch top sloped exposed surface.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Bid item #8 "FLAGGERS"
This work shall be performed at Time and Materials rate and paid under Force Account.
Attachments: None
Prepared By John Cole
Directed By: _
Capital Engineer
Approved By:
Received By:
Public Works Director or Engineering Manager
Date: 10/17/2022
Date: 10/17/2022
Date:
Date:
Corrtractor (Smm-ff�PaFdTc Construction, Ina)
10/26/22
❖ Sound Pacific Construction, Inc. is in disagreement with the method of Measurement and/or Payment of this Field Work
Directive. Sound Pacific Construction, Inc. specifically reserves all of its rights and defenses under the Contract, regardless of
whether stated herein, and the positions stated herein are without waiver of Sound Pacific Construction, Inc.'s rights, positions,
defenses, and remedies.
Yes ❑ No ❑
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT,
AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR
TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04 5 OF THE WSDOT
STANDARD SPECIFICATIONS
RETURN TO: PW ADMIN EXT: 2700 ID#: 4137 1
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. Bl - 8/31 /22
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 (AG#): 1% ❑ INTERLOCAL
❑ OTHER,QhsUCle Order #003
PROJECT NANIF;: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
NAME OF CONTRACTOR: Sound Pacific Construction, LLC
ADDRESS: Tom AbDIanalo TELEPHONE: 253-514-6226
E-MAIL: tom(CDsoundpacificconst.com FAX:
SIGNATURE NAME: Tom Abplana o TITLE: Owner
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 9603606758 , EXP. —/—/—
.
TERM: COMMENCEMENT DATE: 9/13/21 COMPLETION DATE: Upon Completion _
TOTAL COMPENSATION: $ 1,148, 055.79 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: O YES fa NO IF YES, MAXIMUM DOLLARAMOUNT: $
IS SALES TAX OWED: O YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
8 PURCHASING: PLEASE CHARGE TO: 306-4400-217-595-30-650
9. DOCUMENT / CONTRACT REVIEW
8 PROJECT MANAGER
8 DIVISION MANAGER
8 DEPUTY DIRECTOR
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT
10. COUNCIL APPROVAL (IF APPLICABLE)
I I- CONTRACT SIGNATURE ROUTING
INITIAL / DATE REVIEWED
Jc 8112/22
DSW 9/7122
EJW 9/12/2022
KVA 9/12/2022
SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENTTO VENDOR/CONTRACTOR DATE SENT: 9113/22 DATE REC' D: 9/14/22
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
8 SIGNATORY (MAYOR OR DIRECTOR)
O CITY CLERK
O ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
CV--.. ..
I)I lye-
_q
AGt# 21-127c
DATE SENT: 9-26-22
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
36217 AG 21-127 03
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
SW DASH POINT AND 47TM AVE SW COMPACT ROUNDABOUT Sound Pacific Construction LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. PER FIELD DIRECTIVE 007' (Attached)
Relocate silt fence per field discussion, as located in white in the field. Remove and export
unsuitable soils near storm outfall. Place quarry spalls on entire SE comer. Place check
dams with spalls and waddles per attached WSDOT Standard Plan 1-50.20-01.
Payment for this work will be paid as force account under new bid item #64 "Additional
Erosion Control". An additional 40 hours will also be added to existing bid item #8 "Flaggers".
Increase contract working days by 1.25 days.
2. PER FIELD DIRECTIVE 008 {Attached
Relocate CB #11 to hard surface per field discussion. (See attached) The previous location
was unsuitable due to existing slope conditions. A 45-degree elbow at the end of the footing
drain to direct it down and toward a suitable hard surface location is required.
Payment for this work will be paid as force account under new bid item #65 "Relocate CB
#11". An additional 16 hours will also be added to existing bid item #8 "Flaggers".
Increase contract working days by 0.5 days.
3. PER FIELD DIRECTIVE 009 (Attached)
Relocate Luminaire 1 to the end of the soldier pile wall. (See attached) Resulting in need
to relocate footing drain cleanout.
Payment for this work will be paid as force account under new bid item #6 "Relocate
Cleanout". An additional 8 hours will also be added to existing bid item #8 "Flaggers".
Increase contract working days by 0.25 days.
4. PER FIELD DIRECTIVE 012 Attached)
It was found that the trench for the conduit on the west end of Dash Pt Rd was in the HMA
surface. The plan set stated soft surface. A trench in the paved surface was required
(approximately 300' x 2' trench). Pavement removal included the trench, as well as a 5'
width between the edge of trench and the existing edge of pavement. (See attached)
Payment for this work will be adding an additional 610 linear feet of bid item #16
"Sawcutting", an additional 77.8 cubic yards of bid item #18 "Roadway Excavation, Incl.
Haul", and 80 additional ton of bid item #24 "HMA CL. 1/2in. PG 58H-22". An additional 32
hours will also be added to existing bid item #8 "Flaggers".
CHANGE ORDER AGREEMENT 1 Rev. 8/19
Increase contract working days by 1 days.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by _�L 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 the expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
EXISTING UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
08
FLAGGERS
96
HR
$75.00
$7.200.00
16
SAWCUTTING
610
LF
$3.00
$1,830.00
18
ROADWAY EXCAVATION, INCL. HAUL
77.8
CY
$55.00
$4,279.00
24
HMA CL.'/:in PG 581-1-22
80
TN
$118.00
$9,440.00
NEW UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
64
ADDITIONAL EROSION CONTROL
1
FA
$9,926.06
$9,926.06
65
RELOCATE CB #11
1
FA
$1.619.02
$1,619.02
66
RELOCATE CLEANOUT
1
FA
$ 250.59
$ 250.59
TOTAL NET CONTRACT: $ 34,5".67_ JINCREASE DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ 1 05�00
PREVIOUS CHANGE ORDERS $ 70,012.00
THIS CHANGE ORDER $ 34,544.67
NEW CONTRACT AMOUNT $ 1 1661 684.67
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
CHANGE ORDER AGREEMENT 2 Rev. 8/19
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.
CORACTOR'S SIGNATURE DATE
_ ot�� l fiq (20zt-
PUBt WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 3 Rev. 8/19
CITY of FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No. FD 007
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner. CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE' WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: SE Erosion Measures
PER THIS "FIELD DIRECTIVE"....:
Relocate sill fence per field discusion, as located in white in field. (See attached)
Remove and export unsutable soils near storm outfall. (See attached)
Place quarry spalls on entire SE corner. Place check dams with spalls and waddles per attached WSDOT
Standard Plan 1-50.20-01. (See attached)
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER....
Force Account.
Attachments: Below
Prepared By: John Cole Date:
Directed By: Az Date:
Capital Engineer
Approved By: Dale:
11/1/2021
11 /112021
11 /01 /2021
Public Wwsi,- r or Capital Project Managor J
Received By: Date:
nlramto•l and a rc ar.57ruG%W.Inc.)
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES, ANY PROTEST TO THE FIELD WORK DIRECT)VE SHALL FOLLOW 1-045 OF THE WSDOT STANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 4 Rev. 8/19
.wF+ai.++o e
CIALl jo 110,1 O cmA
ewmvaldo
AZOGIAO&Aoa
iovgvm NV76 aff" Ii IS
Momm
..warr�w.w.rwww�
6� bt
L77Mnrri/�fs
1�IQ� ti1�::ti�OII
FieA�'9fo �wpe�arrslseTepF+o
�11�N�#+Cuv�spaa
rP � aP p a Ipwu rdn eoaco T�
et0oona�OOML��('tl'k� Fpptrt�L+�oamaQ, Z
ro�r+ePoDP�0laerropP�P� � Z
� N GeW Gw ePg
opywurzmn �ba
4 U*W uma 4i Fa ae �uli
am
AwrdmA i jam pn pwA p
onooAB W+y*OnopsrJ 1
P wasamPmMe4 ®4A! T
7 was %r+ PQ en¢� wi iW rw
,maSemD �xmAa6wyn
•m0a•L1a0PW�0e0eer«Op7W71�ePN s
�ecsv�+�wa•ws
Ni�PY�W�ibi��G 7
nan
nax�n
MO7i99i19
OY Q0uma3mmum
1"a mbb"
-Ttoeaalnp�ie
IMMMUMOVOLIMMM
Npu39Y-B110�IOV1011f1q
r�
xawcu � _
ice
msmnow�oa�
f6�101t1�
1POMI�B � m�Ci7 �Mll
lIa71LYtl71A
m�Y VM JM
6I/8 -AOU
Iz :10
IHS
LLM
g INENREP V 2IHQ2I0 HONVHD
NVId OS�11'8 NOIIV/ :]`dd�]�:Jd B11S
inOO dONf10N lOddAOO MS 3AV H1LV' GVO�I AlOd HSVO MS
uq/Yk lmp� �! 1
1iprY Ig1A7 � "
15lm
i
_l
tr
NO Vs •:n :ilY
1711 M )lfir
srati tii Qj
INw1 5,N-ttY
1p
�rurr w h
I IDY'p0 I4�17 f•
94Wu ma Jwlrid aY " I
A 11,49 Y-\ I l w S 'm4. 6
H-,
!l v]Z1 St�lL'Y� s II t:G'i1C+tS�OC r-
'eVIC{! lit-]3 4
11 W C [A s1616: Y- 1 ti I� -
1t t
y
CITY OF
Federal
Way
Field Order No.:
Project:
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
FD 008
SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner. CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION. INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: CB #11 Relocation
PER THIS "FIELD DIRECTIVE"....:
Relocate CB #11 to hard surface per field discussion, (See attached) The previous location was unsuitable
due to existing slope conditions. A 45-degree elbow at the end of the footing drain to direct it down and
toward a suitable hard surface location is required.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Force Account and bid items.
Attachments: Below
Prepared By: John Cole
Directed By:
Approved By:
Date: 2/24/2022
/z
Date: 7J2412022
Capital EngineerChristine
022!Mullen 09.02 16:37:50.07'00' Date:
Public Works D,rector or Capital Project Manager
Received By: ���Date: 2/25/22
traclo a is on-t uceon. Inc )
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 7 Rev. S/l9
NVId 831WANO1S wj
mvoNnu 1OW1103 MS 3AY Hi& S OVOa 1NIOd HSVO MS
ao 1 ■ r rm Q aw o uio q- � � � � 1 I�J0?�118t3
k a m� . Iraal n ,s iw�o warw4 �%•� -_
oi`. o'srr�ram o uaor�n F 1
MIM " W d eu IM nrr .Qouw
a male" A a natlrc llav,l '
run.slarfcarwrti:oa/rJlaLal
amlae.a sm j U N Womb
00.4r1a iar 1.i17P am n6w AKM
i Rom' tor
iRF wrCr �•^1 la V ca+a / � •!•4 YA�w e:
a® a a. Y l 1aR IrAf so aon O! [ v.'MW rriA, ' %"u' • ' L
Samw:w • l it + Win: a a•a aye w
amtl��>n,°•Yf` • , gipwa 7F trj wRf o-. �n '�� c Va aaoi cm ow
Pai M Jlp4R . -
�iF11�.. ,. �IiJU
v �IOJrd
�(r7a{
i �� � _ . / •1 � o � � �� Kwcnrmmr
no pan lkI' A. ilai TrII
Nu
� � �• � r � ,t � VA.* i�.. -•Z W1C f'K'+1 ' J ,alAllri Jp
/ 1 • �. .
CITY OF
Federal Way
Field Order No.:
Project:
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
FD 009
SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner. CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION. INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: Luminaire 1 Relocation
PER THIS "FIELD DIRECTIVE"....:
Relocate Luminaire 1 to end of soldier pile wall. (See attached) Move the luminaire slightly east behind the
end of the wall using a type B foundation (WSDOT Std Plan J28.30-03) and raise the foundation to match or
slightly above the top of the wall (—T), The foundation should be located directly behind the soldier pile wall at
or near the end of the wall.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Force Account and bid items.
Attachments: Below
Prepared By: John Cole
it
Directed By:
Capital Engineer
Approved By: C�14twl � I/f. rl'�%�
'-`r
Dale 2/25/2022
Date: 2/2512022
Christine Mullen
2022 09.02 16:37:00-0TOO' Date:
Public Works Director or Capital Project Manager
Received By: f..� Date:
Cvnpucla.^, �cvnd Fuclfu: CanMlvu.nn, 11+� I
3/1/22
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 9 Rev. 8/19
LEGEND
.��^• •�� ti�.�... •ram
' uurlaww
`
sn
rM1
�
•I.1
•'•, �11'-
r1�
0
f �• all• f �_� \.� �-^I155
tf
i Y - f Ill_ r. rsl+l •. a.c
r
GENERAL VOTES
Fa \.�.a•d ocs� ry Twwerr ra ru.ra wu r w
A (lyd•CI rrT• vw\•° M1nY \ •r'_r as r. Ln Y\!a
• .w ia•. �c.w+o..ro. aw. rc •... iar��u
r [.l M. ° F I( •.Irl F\ i =Jl rw n l l l r•=w-I I r.W l
rnlrr H r.�J..a raw. tw r.. �1F ♦afo..wr..a
avI\ Inclsw c••ters sat R 1 ou�c r1F ••� un ar
rror w .v swan+\r
• Ia1•f.YM.+r •UI Ofa.R •a il�r+r=\Y.ryOMrt(
rw'IY IIJ'ilr0 :01 RCtw
• tl\/w LIT[1sv+rr•\I f', FaT\tLfYlirwl
ao.r•1 [q.alew• ulr v rmd...>r •Iw
EyxlSTitu:71LY[ M71E5 -
[•� r..n.�r. • Inr.,.+cw b..-,s. w^ r.r. • n.w rr,.. f
c•�r• a..•n-rr rr•n-r:=.w r •+.r•wrn r.l..
ur
w]�f•y1•Yq IICI V•AW III uI.W rp\/t�yal Nt
RfM It\•=1 C}w\`.\ r.n • urc'ua a.n+.\Nr a]ra�,c.r
�w\•Al Fwl VC'4\rCrw..aw rr]wI11C Fr
`� Yl•r•NYO•wJrl C•1 rt•f1 RaN al rtll .°IY'I Vr•a
Y ••11 •T+w f•. f.= w\.\n Y. Ur.1� rIM\ I.11
•OI w!'° rarw 111CM.41MCIu
_L#,M .RE SOMEOME
•.law
lullw =fr• � ?T [ •ra.-
.....a..w
�
uuf ' :�v. Nru.
•
•.awl aY.. a
]'>K•I+I re .�r�.w...a..r-n. aF+
>r
Irs I
ns Ti >•L,. � iK
ra n�.,Iw,.s3,,.T.
,.
R[ �
1•l'11� ^L11
d+, •w. ...w �..� IJIY•\F.\•M.. YI.
.[
Yrl )N.1
11.R IT fLb Rlf]aa�t•.1.6m1 Nr
r
F
I•R
•
}a
ni rT, 11 v
�!s.•lw wd-Ir]n\+wsl•4•\a lwr
1
.f
I,�c '
' av o-Inoa ur:allaulY.R w'.t r.n•I.
°" ""° " SW DASH POINT & 4TTH AVE SW COMPACT ROUNDABOUT t62J,170",wodvr:OCFwaME ILLUMINATION PLANSW DASH POINT RD & 47TH AVE SW
Alt
LtTV OF
FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No.: FD 012
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: Work required for trenching paved surface on west end of Dash Pt Rd.
PER THIS "FIELD DIRECTIVE"....:
It was found that the trench for the conduit on the west end of Dash Pt Rd was in the HMA surface. The plan
set stated soft surface. A trench in the paved surface was required (approximately 300' x 2' trench).
Pavement removal included the trench, as well as a 3' width between the edge of trench and the existing edge
of pavement.
Excavation width = 2' trench + 3' shoulder + 1' T-cut repair. (Roadway excavation = 300' x 6' x 1' = 66.7 CY).
T-cut trench restoration will be required.
HMA Trench restoration - match existing pavement depth of 1'. 300' x 6' x 1' = 136.7 TN
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Bid item #16 "Sawcutting" - 610 additional linear feet at bid unit price (paid on Pay Est #6) + 300 LF for T-cut
pavement repair (to be paid on future pay estimate)
Bid item #18 "Roadway Excavation, Incl. Haul" - 66.7 additional cubic yards at bid unit price
New bid item "HMA trench restoration". Need cost proposal from Sound Pacific for City approval prior to
completing work. 136.7 TN
Attachments: None
Prepared By: John Cole Dale:
Directed By: Dale:
Caprtal Engireer
/T "dL ,4 ✓ /1Wa'1/�L Digitally signed by Chrlstino Mullon
Approved By; Date: 2022.06.03 15:02:37-07'00' Dale:
Pubbc Works Director or Engincenng Manager
Received By: Date:
Dale:
Contractor (Sound Pacific Construcbon. Inc.)
6/2/2022
6/212022
July 1, 2022
THIS FIELD WORK DIRECTIVE DOES Nor PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR. EQUIPMENT.
ANDIOR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR
TIME EXTENSION OR CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-045 OF THE WSDOT
S TANOARO SPFCIFICATIONS
CHANGE ORDER AGREEMENT i 1 Rev. 8/19
8/12/22, 11:36 AM
Corporations and Charities System
BUSINESS INFORMATION
Business Name:
SOUND PACIFIC CONSTRUCTION LLC
UBI Number:
603 606 758
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Principal Office Mailing Address:
6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Expiration Date:
04/30/2023
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/15/2016
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
PAIJE ABPLANALP
Street Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
Mailing Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
BRUNSON
GOVERNOR
INDIVIDUAL
PAIJE
ABPLANALP
GOVERNOR
INDIVIDUAL
PARRI
BRUNSON
GOVERNOR
INDIVIDUAL
THOMAS
ABPLANALP
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1
8/12/22, 11:37 AM Washington State Department of Revenue
\i\1i,tO?l Stare Dep8rtn-leilt of revenue
< Business Lookup
License Information:
Entity name: SOUND PACIFIC CONSTRUCTION LLC
Business name: SOUND PACIFIC CONSTRUCTION LLC
Entity type: Limited Liability Company
LIBI #: 603-606-758
Business ID: 001
Location ID: 0001
Location: Active
Location address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Mailing address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Endorsements
Endorsements held at this loc License # Count Details
Bremerton General 34032
Business - Non -Resident
Federal Way General
Business - Non -Resident'
Gig Harbor General
Business - Non -Resident
Minor Work Permit
Olympia General Business - 42534
Non -Resident
Status
Active
Active
Active
Active
Active
New search Back to results
Expiration dat First issuance
Apr-30-2023 Apr-25-2022
Apr-30-2023 Jul-12-2021
Apr-30-2023 Jul-13-2021
Apr-30-2023 Sep-22-2016
Apr-30-2023 Mar-15-2021
hftps://secure.dor.wa.gov/gteunauth/_/#3 1 /2
8/12/22, 11:37 AM Washington State Department of Revenue
Endorsements held at this loc License # Count Details Status
Poulsbo General Business - Active
Non -Resident
Governing People May include governing people not registered with Secretary of State
Governing people Title
ABPLANALP, PAIJE
ABPLANALP, THOMAS
BRUNSON, JOHN
BRUNSON, PARRI
Expiration dal First issuance
Jun-30-2023 Jun-23-2022
The Business Lookup information is updated nightly. Search date and time: 8/12/2022
11:37:18 AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https:Hsecure.dor.wa.gov/gteunauth/_t#3 2/2
RETURN TO: PW ADMIN EXT: 2700 ID #: 4031
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIv. PUBLIC WORKS/CAPITAL PROJECTS
2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ.11,,': 12/20/21
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 (AG#): 21-127 ❑ INTERLOCAL
0 OTHER Chanae Order #002
4. PROJECTNAME:36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
5. NAME OF CONTRACTOR: Sound Pacific Construction, LLC
ADDRESS: Tom Abplanalp TELEPHONE: 253-514-6226
E-MAIL: tom iDsoundpacificconst.com FAX:
SIGNATURENAME: Tom Abplanalp TITLE: Owner
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION 13 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/_ uBi # 603606758 , EXP.
7. TERM: COMMENCEMENT DATE: 9/02/21 COMPLETION DATE: 12/31 /24
8. TOTAL COMPENSATION: $ 1,069,372.42+45,523.16=1,114,895.58 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
in PURCHASING: PLEASE CHARGE TO: 306A400-217-595-30-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER ac 12MI
6 DIVISION MANAGER DSW 12W1
4 DEPUTY DIRECTOR DSW 12J6121
6 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT 12115/2021 MP
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 12/16/21 DATE REC, D: 01/20/22
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
8 SIGNATORY (MAYOR O DIRECTOR)
]L
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
EXECUTE " "ORIGINALS
20Z4L
AG# 21-127B
DATE SENT: 1/26/22
1/2020
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
36217 AG 21-127 02
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
SW DASH POINT AND 47T" AVE SW COMPACT ROUNDABOUT_ Sound Pacific Construction, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. PER FIELD DIRECTIVE 004 (Attached
The city has determined there is not enough room to perform the work to construct the
walls for the project under the existing traffic control plans. Per Section 1-07.23, existing
plans and specifications do not allow for one-way traffic control without approval. This will
allow for one-way traffic control during the construction of the wall.
2. PER FIELD DIRECTIVE 005 (Attached)
Based on communication from the contractor concerning the underdrain, the city would like to
add an additional block row to the base of the wall between Sta 50+73.50 and 50+87.00 to
accommodate the slope for the underdrain pipe. Based on RFI 03, the city would like the
existing CB located at the SW corner to be removed and replaced with a type 1 L and
adjusted to final grade. (See attached)
3. PER FIELD DIRECTIVE 006 (Attached)
12" ADS storm pipe from approximately 51+90 to CB #3 shall be excavated and reset to
accommodate the required depth for Type 2 CB as discussed in Field Directive 005. (See
attached)
4. PER REQUEST FOR INFORMATION #3 (Attached)
Excavate existing CMP to the west to the next pipe joint, undermine pipe and slope down
towards CB #3 to gain sufficient depth/cover for type 2. Remove and replace pipe run
from CB #3 going east to existing CB (no # on plans) north of CB #1. At CB #3 for
replacement pipe to the east, lower/drop exists to a minimum of 2' cover. Replace
existing CMP pipe with 18" Solid Wall PVC Culy. Pipe. (See attached)
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 5 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
CHANGE ORDER AGREEMENT 1 Rev. 8/19
NEW UNIT PRICES:
ITEM NO. ITEM
QTY
UNIT PRICE
ADD
08 FLAGGERS
100
$ 75.00
$ 7,500.00
26 MODULAR BLOCK WALL
100
$ 70.00
$ 7,000.00
58 CATCH BASIN TYPE 1 L
1
$ 2,500
$ 2,500.00
59 121N ADS CORRUGATED STORM PIPE
16
$ 90.00 $ 1,440.00
60 181N ADS CORRUGATED STORM PIPE
156
$ 173.61
$ 27,083.16
TOTAL NET CONTRACT: $ 45,523.16
IIINCREASE $
DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
$ 1,057 , 128.00
PREVIOUS CHANGE ORDERS
$ 12,244.42
THIS CHANGE ORDER
$ 45,523.16
NEW CONTRACT AMOUNT
$ 1,114,895.58
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.
1 / 12/22
CORA TO '8 SIGNATURE DATE
v
PUBLIC WORKS DIRECTOR
\ \z,% \Z'Dws
DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No.: FD 004
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: TRAFFIC CONTROL FOR WALL CONSTRUCTION
PER THIS "FIELD DIRECTIVE'....:
The city has determined there is not enough room to perform the work to construct the walls for the project
under the existing traffic control plans. Per Section 1-07.23, existing plans and specifications do not allow for
one way traffic control without approval. This will allow for one way traffic control during the construction of
the wall.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER....
Unit bid item for traffic control
Attachments: Below
Prepared By: John
Date: 10/18/2021
Directed By: Date:
Capital Engineer
Approved By: )r-M Date:
Puolic Works Qlrector or Ca ' I Project Manager
Received By: Date:
rt otr d FropliC Conn&ucbon, Inc I
10/18/2021
10/18/2021
/0f7la-/;—:- l
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 3 Rev. 8/ 19
CITY OF
Federal Way
Field Order No.:
Project:
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
FD 005
SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
Ta; SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: BLOCK WALL AND CB
PER THIS "FIELD DIRECTIVE"....:
Based on communication from the contractor concerning under drain, the city would like to add additional
block row to base of wall between Sta 50+73.50 and 50+87.00 to accommodated slope for under drain pipe.
(See attached)
Based on RFI 03, the city would like the existing CB located at the SW corner to be removed and replaced
with a type 1 L and adjusted to final grade. (See attached)
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Unit bid item for "MODULAR BLOCK WALL" and additional bid item "CATCH BASIN TYPE 1 L" to be
included in Change Order 02.
Attachments: Below
Prepared By: John Cole
Directed By:
Approved By:
Capital Engineer
1�
Date: 10/1912021
Date: 10/19/2021
Date:
10/1912021
Public Works Ouaehlr5f Dital Project Manager
Received By:� Date:
r and pG a.: R6lruU nn 10
10125/21
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN TI4E CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1.04.5 OF THE WSDOTSTANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 4 Rev. 8/19
rr—
C.O
git
-
�j: S$ 15
m
(A
g
�x.
4 $; gi
s al
•r
FvT" u�* r
CHANGE ORDER AGREEMENT 5 Rev. 8/19
CITY or FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No.: FD 006
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION. INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: CB#3 West
PER THIS "FIELD DIRECTIVE"....:
12" ADS storm pipe was damaged by excavation as well as drilling for H Pile at 52+01. This section of pipe
shall be replaced at no Cost to the city. (See attached)
12" ADS storm pipe from approximately 51+90 to CB #3 shall be excavated and reset to accomidate required
depth for Type 2 CB as discussed in Field Directive 005. (See attached)
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
Existing bid items.
Attachments: Below
Prepared By: John Cole
7
Directed By:
Capital Engineer
Approved By:
Date: 10/27/2021
Date: 10/27/2021
Date:
Public Works Dirt r Capital Project Manager
Received By: Date:
.:��Y� ♦��i 1r� aL�i CsylruGllprt, InL.j
10/29/21
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTESTTO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-045 OF THE WSDOT STANDARD SPECIFICATIONS
CHANGE ORDER AGREEMENT 6 Rev. 8/19
C
V. 8/19
SOUND PACIFIC
CONSTRUCTION
REQUEST FOR INFORMATION (RFI)
City Project Number 36217
RFI #:3
City Project Title: SW Dash Point and 47ti' Ave. SW Compact Roundabout
General Subject of RFI: CB 3 Elevation
RFI Prepared By Tom Abplanalp
From Contractor_
Question or Description of Request (Include Spec reference or Plan Sheet Number if applicable):
On CB 03 where we replace the emstira pipe. we only have 13- from the top of The tS' pipe to the rim. With a Type 2 CB
it has a 10.5" flano and 4.5` Frame and grate, we are at W. A Type 1L will accommodate an 18" pipe- It has a 6'
reducing slab plus the 4.5" for Frame and Graw That would leave us 2.5' for adjustment. i recommend _ ing to a type
1 L for CB 03_
We were planning on setting this tomorrow.
Is the Question or Request Critical to the Schedule? O Yes I] No
Does the Question of Request have a Cost Impact? M Yes 0 No
Engineer's Response:
Excavate existing CMP to the west tp next pipe ioint, undermine pipe and slope down towards CB #3 tv gain sufficient
depthlcover for type 2_ Remove and replace pipe run from CB #3 going east to existing CU (no # on plans) north of CS
#1. At CB #3 for replacement pipe to east. lowerldra exist to a minimum of 2' cover. Replace existing CMP pipe with 18'
Solid Wall PVC COX Pipe. See attached sketch.
Data__ 10/14/21 Engineer's Response By: John Cole Firm: COFW
CHANGE ORDER AGREEMENT 8 Rev. 8/19
CHANGE ORDER AGREEMENT 9 Rev. 8/19
12/6/21, 12:18 PM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
SOUND PACIFIC CONSTRUCTION LLC
UBI Number:
603 606 758
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Principal Office Mailing Address:
6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Expiration Date:
04/30/2022
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/15/2016
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
PAIJE ABPLANALP
Street Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
Mailing Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Entity Name First Name Last Name
JOHN BRUNSON
PAIJE ABPLANALP
PARRI BRUNSON
THOMAS ABPLANALP
hftps://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation
1 /1
12/6/21, 12:20 PM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name: SOUND PACIFIC CONSTRUCTION LLC
Business
SOUND PACIFIC CONSTRUCTION LLC
name:
Entity type:
Limited Liability Company
UBI #:
603-606-758
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Mailing address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Excise tax and reseller permit status: Click here
Secretary of State status:
Click here
Endorsements
Endorsements held a License # Count De s
https://secure.dor.wa.gov/gteunauth/—/#4
New search Back to results
Status Expiration First issua
0 /3
12/6/21, 12:20 PM Washington State Department of Revenue
Endorsements held a License # Count Details Status
Federal Way
General Business -
Non -Resident
Gig Harbor
General Business -
Non -Resident
Minor Work Permit
Olympia General 42534
Business - Non -
Resident
Active
Active
Expiration First issua
Jul-31-20, Jul-12-20,
Jul-31-20, Jul-13-20,
Active Apr-30-2( Sep-22-21
Active Mar-31-2 Mar-15-2
Governing People May include governing people not registered with Secretary of State
Governing people Title
ABPLANALP, PAIJE
ABPLANALP, THOMAS
BRUNSON, JOHN
BRUNSON, PARRI
The Business Lookup information is updated
nightly. Search date and time: 12/6/2021 12:20:33
PM
hftps://secure.dor.wa.gov/gteunauth//#4 2/3
12/6/21, 12:20 PM
Washington State Department of Revenue
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps:Hsecure.dor.wa.gov/gteunauth/_/#4 3/3
RETURN TO: PW ADMIN EXT: 2700 ID #: 3985
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. Bl : 10/26/21
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 (AG#): 21-127 ❑ INTERLOCAL
M OTHER Chanae Order #00
4. PROJECTNAME: 36217 - SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
5. NAMEOFCONmLc-rOR: Sound Pacific Construction, LLC
ADDRESS: Tom Abplanalp TELEPHONE: 253-514-6226
E-MAIL: tom d)soundpacificconst.com FAX:
SIGNATURE NAME: Tom Ahplanalp TITLE: Owner
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 # 603606758 , EXP.
7. TERM: COMMENCEMENT DATE: f COMPLETION DATE
i +
8. TOTAL COMPENSATION: $ 1_,057,128.00+12 244.42=1.069 372.42 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ka NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 13 YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: 3064400-217-595-30-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL, / DATE APPROVED
11 PROJECT MANAGER Jc 10n/21
8 DIVISION MANAGER SLH 10/19/2021
8 DEPUTY DIRECTOR DSW 10/19/21
6 DIRECTOR EJW 11/9/2021
❑ RISK MANAGEMENT (IF APPLICABLE)
A LAW DEPT KVA 10/22/2021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: [Lk DATE REC' D: �� 1
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSE , EXHIBITS a
❑ 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
oif-SIGNATORY (MAYOR OR DIRECTOR ` *
❑ CITY CLERK _- c 11 12al 2 0 PC, eL
❑ ASSIGNED AG # AG# - 1-10A
❑ SIGNED COPY RETURNED DATE SENT: NQF, -an�41
COMMENTS: !J
EXECUTE " " ORIGINALS
-i %,ee.c*w �►anc.�� '„n �i7►re or`�_ [.� a�nc.� .
I/2020
36217
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 21-127
AGREEMENT NUMBER
01 �k I 22
CHANGE ORDER NUMBER ECTIVE DATE
SW Dash Point & 47th Ave SW Compact Roundabout Sound Pacific Construction LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. PER FIELD DIRECTIVE 001 Attached
Increase the size of CB #10 from 48" diameter to 60" diameter. Rotate the storm drain line
from CB #5 to CB #10 just slightly (approx. 1 degree to the south), so that we can obtain
8" clear between knockouts 2 and 3 in the Oldcastle Infrastructure submittal. Show 8"
clear between the knockouts 2 and 3 on the shop drawing. All other pipe alignment
entering and exiting CB #10 shall remain per the Bid Documents drawings.
2. PER FIELD DIRECTIVE 002 (Attached
Remove two additional trees that will end up behind the Soldier Pile wall at approximate
station 18+00 RT. The two trees are 35" and 24" Douglas Firs located growing out of the
bank that is begins excavated for the new wall. The roadway has been excavated below
the roadway grade for relocation of conduit, increasing concerns about future risk of the
trees falling.
3. PER FIELD DIRECTIVE 003 Attached
Remove two additional trees that interfere with the Soldier Pile wall at approximate station
18+50 RT. See attached clip of plans.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 5 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
NEW UNIT PRICES:
ITEM NO. ITEM
56 TREE REMOVAL
57 CATCH BASIN TYPE 2 60 IN. DIAM
57 CATCH BASIN TYPE 2 48 IN. DIAM
QTY UNIT PRICE ADD
1 $ 10,939.48 $ 10,939.48
1 $ 6,704.94 $ 6,704.94
-1 ($ 5,400.00) ($ 5,400.00)
CHANGE ORDER AGREEMENT 1 Rev. 8/19
TOTAL NET CONTRACT: $ 12,244.42 INCREASE $ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
$ 1,057,128.00
$ 0.00
$ 12,244.42
$ 1,069,372.42
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.
f�/�Z/
O TRACTOR'S SIGNATURE DATE
4pal ORKSDIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
CITY OF FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No: FD 001
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: CATCH BASIN #10 CONFLICT
PER THIS "FIELD DIRECTIVE"....:
"Increase the size of CB #10 from 48" diameter to 60" diameter. Rotate the storm drain line from CB #5 to
CB #10 just slightly (approx. 1 degree to the south), so that we can obtain 8" clear between knockouts 2 and
3 in the Oldcastle Infrastructure submittal. Show 8" clear between the knockouts 2 and 3 on the shop
drawing. All other pipe alignment entering and exiting CB #10 shall remain per the Bid Documents
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER...
New bid item created in Change Order 01 to follow.
Attachments: NONE
Prepared By: John Cole
Directed By: c,
Capital Engineer
Approved By:
l
Public Works Director or Street Systems Manager
Received By:
Date:
8/23/2021
Date:
8/23/2021
Date:
8/24/2021
Date:
D _731� �
CHANGE ORDER AGREEMENT 3 Rev. 8/19
C I I V CF ` FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No. FD 002
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: TREE REMOVAL BEHIND PROPOSED WALL
PER THIS "FIELD DIRECTIVE"....:
Remove two additional existing trees are behind the Soldier Pile wall at approximate station 18+00 RT. The
two trees are 35" and 24" dbh Douglas Firs located on a slope that is being excavated for the new wall. The
roadway has been excavated below the roadway grade for relocation of conduit increasing concerns about
future risk of the trees falling.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
New bid item created in Change Order to follow.
Attachments: Below
Prepared By: John Cole
Directed By:
Capital Engineer
A - Aft l T`
Approved By:
Public Works
Received By:
Capital Project hlanagor
Date. 9/20/2021
Date: 9/20/2021
Date: 09/20/2021
Date: 9/21 /2021
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME ExrENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES ANY PROTEST TO THE FIELDWORK DIRECTIVE SHALL FOLLOW 1-04 5 OF THE WSDOT STANDARD SPECIFICATIONS.
CHANGE ORDER AGREEMENT 4 Rev. 8/19
CHANGE ORDER AGREEMENT 5 Rev. 8/19
CITY at FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No. FD 003
Project: SW DASH PT ROAD AND 47TH AVE SW COMPACT ROUNDABOUT PROJECT
Project Address: VARIES
Owner: CITY OF FEDERAL WAY
To: SOUND PACIFIC CONSTRUCTION, INC.
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: TREE REMOVAL FOR WALL EXCAVATION
PER THIS "FIELD DIRECTIVE"....:
Remove two additional trees that interfere with the Soldier Pile construction. wall at approximate station
18+50 RT. See attached clip of plans.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER ....
New bid item created in Change Order to follow.
Attachments: Below
Prepared By: John Cole Date: 10/6/2021
Directed By: ' r Date: 101612021
Capital Engineer /I
Approved By: / ja/ VI 1.44 Date: 10/07/2021
Public Works Director or Capital Project Manager
Received By: Date:
Contractor (Sound Pacific Construction, Inc.)
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR
MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR
CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS.
CHANGE ORDER AGREEMENT 6 Rev. 8/19
10/7/21, 12:56 PM
BUSINESS INFORMATION
Corporations and Charities System
Business Name:
SOUND PACIFIC CONSTRUCTION LLC
UBI Number:
603 606 758
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Principal Office Mailing Address:
6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Expiration Date:
04/30/2022
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/15/2016
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
PAIJE ABPLANALP
Street Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
Mailing Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
BRUNSON
GOVERNOR
INDIVIDUAL
PAIJE
ABPLANALP
GOVERNOR
INDIVIDUAL
PARRI
BRUNSON
GOVERNOR
INDIVIDUAL
THOMAS
ABPLANALP
hftps://cds.sos.wa.gov/#/BusinessSearch/Businesslnformation 1 /1
10/7/21, 1:01 PM Washington State Department of Revenue
Washington State Department of Revei,u,;
< Business Lookup
License Information:
Entity name:
SOUND PACIFIC CONSTRUCTION LLC
Business name:
SOUND PACIFIC CONSTRUCTION LLC
Entity type:
Limited Liability Company
UBI #:
603-606-758
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Mailing address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Excise tax and reseller permit status: Click here
Secretary of State status:
Endorsements
Endorsements held at this loci License #
Federal Way General
Business - Non -Resident
Gig Harbor General
Business - Non -Resident
Minor Work Permit
Olympia General Business - 42534
Non -Resident
Click here
Count Details
Governing People May include governing People not registered with Secretary ofState
Governing people Title
New search Back to results
Status Expiration dat First issuance i
Active Jul-31-2022 Jul-12-2021
Active Jul-31-2022 Jul-13-2021
Active Apr-30-2022 Sep-22-2016
Active Mar-31-2022 Mar-15-2021
https:Hsecure.dor.wa.gov/gteunauth/_/#5 1 /2
10/7/21, 1:01 PM
Governing people
ABPLANALP, PAIJE
ABPLANALP, THOMAS
BRUNSON, JOHN
BRUNSON, PARRI
Washington State Department of Revenue
Title
The Business Lookup information is updated nightly. Search date and time: 10/7/2021
1:01:42 PM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https://secure.dor.wa.gov/gteunauth/_,/#5 2/2
SOUND PACIFIC CONSTRUCTION, LLC
EXTRA WORK COSTING
X ACCT NO: X502
PROJECT. -Dash Point Compact Roundabout COST DATE: 9/20/2021
NAME: 12 Additional Tree Removals PERFORM DATE: 9/21/2021
Per the city's request, pricing to removal 2 additional trees.
ITEM DESCRIPTION HOURS HOURLY EXTENDED
NO. RATE COST$
LABOR:
Excavator Operator
Truck Driver
Remove Stumps
Haul Off Stumps
4.001
86.17
$344.68
2.00
77.00
$154.00
$0.00
EQUIPMENT:
22
23
24
25
TOTAL LABOR:
LABOR MARKUP 29%
$498.68
$144.62
501
Deere
Excavator
135G
4.00
81.95
$327.80
103
Kenworth
0
Dump Truck
2.00
93.64
$187.28
$0.00
$0.00
TOTAL EQUIPMENT:
EQUIPMENT MARKUP 21 %
MATERIALS & SUPPLIES:
39
40
41
42
43
44
$515.08
$108.17
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
SUBS/SERVICES:
54
55
56
TOTAL MATERIALS & SUPPLIES.
MARKUP 21 %
$0 00
$0 00
Sky High
1.00
3200.00
$3.200.00
$0.00
$0.00
COSTS ARE ONLY FOR DIRECTLY AFFECTE SUBS MARK-UPS @ 12%
WORK PRICED ABOVE. RIGHT RESERVED TO
SUBMIT COSTS FOR DELAY AFFECTS, IMPACT: SUBTOTAL SUBS/SERVICES =
AND DISRUPTIONS NOT KNOWN AT THIS TIME.
SALES TAX EXTRA IF APPLICABLE --
EXTRA TIME REQUIRED= DAYS TOTAL COSTS =
$384.00
$3,200.00
$4,850.54
Sky High Tree Removal, Inc.
28023 34th Ave S I Auburn, WA 98001
253-797-3621 1 skyhightrees@yahoo.com I https://skyhightreeremoval.com
RECIPIENT:
Sound Pacific Constuction Sent on
3902 157th St Ct NW
te
Gig Harbor, WA 98332 Contact
Phone: 360-340-0622 Contact
SERVICE ADDRESS:
Southwest Dash Point Road
47th Ave SW
Federal Way, Washington
A - Subcontracted Complete cut to the ground of 2 fir trees along SW
Complete Removal Dash Pt Rd & 47th Ave.
Clean up and removal of limbs, leaves and
debris.
Leaving the logs onsite.
A - Subcontracted Hauling OPTIONAL:
Logs
Complete removal of the logs.
* Non-taxable
This quote is valid for the next 30 days, after which values may be subject
to change.
Signature: Date:
1
1
$2,200.00
$1,000.00
Total
09/13/2021
John
$2,200.00*
$1,000.00*
$3,200.00
SOUND PACIFIC CONSTRUCTION, LLC
EXTRA WORK COSTING
X ACCT NO: X503
PROJECT:Dash Point Compact Roundabout COST DATE: 10/6/2021
NAME' 12 Additional Tree Removals PERFORM DATE:
Per the city's request, pricing to removal 2 additional trees. Price for Tree Removal/stubs.
ITEM DESCRIPTION HOURS HOURLY EXTENDED
NO. RATE COST$
LABOR:
1
L
Excavator Operator
Truck Driver
Remove Stumps
Haul Off Stumps
1
4.00
86.17
$344.68
2.00
77.00
$154.00
F
$0.00
EQUIPMENT:
22
23
24
25
TOTAL LABOR:
LABOR MARKUP 29%
$498.68
$144.62
501
Deere
Excavator
135G
4.00
81.95
$327.80
$0.00
$0.00
$0.00
TOTAL EQUIPMENT:
EQUIPMENT MARKUP 21%
MATERIALS & SUPPLIES.
39
40
41
42
43
44
$327.80
$68.84
Dump Fee
1.00
100.00
$100.00
$0.00
$0.00:
$0.00
$0.00
$0.00
TOTAL MATERIALS & SUPPLIES:
MARKUP 21 %
SUBS/SERVICES:
54
55'
56
$100.00
$21.00
Sky High
1.00
4400.001
$4.400.00
$0.00
$0.00
COSTS ARE ONLY FOR DIRECTLY AFFECTE SUBS MARK-UPS all 12%
WORK PRICED ABOVE. RIGHT RESERVED TO
SUBMIT COSTS FOR DELAY AFFECTS, IMPACT: SUBTOTAL SUBS/SERVICES =
AND DISRUPTIONS NOT KNOWN AT THIS TIME.
SALES TAX EXTRA IF APPLICABLE --------------- --------------
EXTRA TIME REQUIRED= DAYS TOTAL COSTS =
$528.00
-------------
$4,400.00
$6,088.94
Sky High Tree Removal, Inc.
28023 34th Ave S I Auburn, WA 98001
253-797-3621 1 skyhightrees@yahoo.com I https://skyhightreeremoval.com
RECIPIENT:
Sound Pacific Constuction
3902 157th St Ct NW
Gig Harbor, WA 98332
Phone: 360-340-0622
SERVICE ADDRESS:
Southwest Dash Point Road
47th Ave SW
Federal Way, Washington
Complete Removal
Subcontracted
A - Subcontracted Hauling
Logs
* Non-taxable
Sent on
Onsite
Contact
Complete Removal of 2 trees, complete cleanup
and removal of limbs leaves and debris. Leaving
logs in log form for contractors use.
OPTIONAL:
Complete removal of the logs.
This quote is valid for the next 30 days, after which values may be subject
to change.
Signature: Date:
1 $3,400.00
1 $1,000.00
10/07/2021
John
$3,400.00*
$1,000.00*
Total $4,400.00
RETURN TO: PW ADMIN EXT: 2700 ID #: 3869 / 3943
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIV: PUBLIC Wi'1RK5 / CAPITAL PROJECTS
.jb+w x i
2. ORIGINATING STAFF PERSON: COLC EXT: %2-4� 3. DATE REQ. $Y:0 -
3. TYPE OF DOCUMENT (CHECK ONE): - - appr to
anything you can do to rus
X CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) this.I forgot it had to go
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT back through law, butthat
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT delay is on me.
❑ GOODS AND SERVICE AGREEMENT ❑ toreceive. ctor HUMAN SERVICES / CDBG r is eager
eive.
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER _
4. PROJECTNAME: SW DASH POINT RD AT 47TH AVE SW COMPACT ROUNDABOUT
5. NAME OF CONTRACTOR:�ED SOUND PACIFIC CONSTRUCTION, LLC
ADDRESS: 6708 144TH ST NW, SUITE A GIG HARBOR, WA 98332 TELEPHONE:
E-MAIL. FAX:
SIGNATURE NAME; TITLE:
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/ I UBI # . EXP. / /
7. TERM: COMMENCEMENT DATE: UPON CONTRACT AWARD / EXECUTION COMPLETION DATE: CONPLEMNOFCo1 TRUCTION USEM1=4FORTRACKINGPURPOSE!n
8. TOTAL COMPENSATION: $ 1,057,128GO(CONTRACT WITH CONTRACTOR)*$105,712.80(CONTINCENCV)•$m9i ,AM@0 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES N NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES$Q O NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: C36217-26500
9. DOCUMENT / CONTRACT REVIEW II MALI DATE REVIEWED INITIAL/DATF,APPROVED
6 PROJECT MANAGERY'll26-Jan-2021-
I DIVISION MANAGER SLH 1I26I2021 g; ._.-
8 DEPUTY DIRECTOR oSW 2021 ---_- -
8 DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
It LAW DEPT ER 2/9/21 KVA 7/22/2021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: 12-Jul-2021
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 20-Jul-2021
11. CONTRACT SIGNATURE ROUTING -1 I Z(O 1 Z� DATE REC'D: !-. J L,
❑ SENT TO VENDOR/CONTRACTOR DATE SENT:
❑ 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
T-t L DEPT 1i '1,O
8'JIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK N U
❑ ASSIGNED AG # AG# 6-DI " 191
❑ SIGNED COPY RETURNED DATE SENT: R.I . aj,»t
COMMENTS:
EXECUTE" "ORIGINALS
25-Jan-2021 : Please review RFB docs before we advertise for bid.
20-Jul-2021: Contract for routing before send to contractor for signatures.
l i2O2II
41k
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
PROJECT # 36217
GRANT FUNDING # HSIP-OOOS(528)
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
CON.
ORMED SET
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
PROJECT # 36217
RFB # 20-0010
GRANT FUNDING # HSIP-OOOS(528)
Bids Accepted Until 11:OOam, June 11, 2021 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
DKS Associates.
719 Second Ave, Suite 1250
Seattle, WA 98104
11 1 r44.
_
v 13T
Corey Jurcak is the Engineer responsible
05/19/2021 for Special Provisions Divisions 2 thru 7
The contract plans and specifications for this Project have been reviewed and approved by:
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACTROUNDABOUT
RFB-i PROJECT #36217
CFW RFB VERSION 2020-JUN
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................5
BIDPROPOSAL.....................................................................................................................................................7
BIDBOND.............................................................................................................................................................13
SUBCONTRACTORLIST....................................................................................................................................14
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................15
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................16
DBEUTILIZATION CERTIFICATION..................................................................................................................17
DBE WRITTEN CONFIRMATION DOCUMENT..................................................................................................18
DBEBID ITEM BREAKDOWN.............................................................................................................................19
DBEBID ITEM TRUCKING CREDIT...................................................................................................................20
PUBLICWORKS CONTRACT.............................................................................................................................21
SAMPLECONTRACT CHANGE ORDER...........................................................................................................28
CERTIFICATEOF INSURANCE..........................................................................................................................30
PERFORMANCEAND PAYMENT BOND...........................................................................................................31
SPECIAL PROVISIONS
STANDARD PLANS AND DETAILS
FHWA 1273
PREVAILING WAGES AND BENEFIT CODE KEY
GEOTECH REPORT & MEMO
PROJECT PLANS (BOUND SEPARATELY)
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-ii PROJECT #36217
CFW RFB VERSION 2020-JUN
ADVERTISEMENT FOR BIDS
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through June 11, 2021 at 11:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal
Way, Washington 98003.
Contractors may choose to submit the bids in person at City Hall during normal business hours, however City Hall
is likely to be closed to the public, therefore City staff will be available for one hour before the bid submittal deadline
at the main door of City Hall to provide access to the Finance Department.
Proposals received after said date and time will not be considered. All timely bids will be opened and read publicily
aloud via a remote meeting at 11:05 a.m. on June 11, 2021.
The remote meeting can be accessed at www.Zoom.us by clicking on "Join a Meeting" and entering Meeting ID:
934 8100 1834 and Passcode: 767666 or by telephone at (253) 215-8782.
This project shall consist of: construction of a compact roundabout, roadway grind and overlay, storm drainage
improvements, illumination improvement, and other associated work.
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 90 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda
and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line
for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require
assistance with access or registration. An informational copy of plans, specifications, and addenda are available
for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to Christine Mullen, P.E., Senior Capital Engineer, by email at
Christine.Mullen@cityoffederalway.com. Questions must be received by the City no later than 5:00 p.m. three
business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the
submission of bids.
OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington
State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2021
(Standard Specifications), which is incorporated by this reference as though set forth in full.
All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid
deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall
be in accordance with the Contract.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and
Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in
Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all
bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or
sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent
with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for
and obtain public contracts.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-3 PROJECT #36217
CFW RFB VERSION 2020-JUN
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.
DATES OF PUBLICATION:
Daily Journal of Commerce
Federal Way Mirror
CITY OF FEDERAL WAY
Publish May 21, 2021, May 28, 2021, and June 4, 2021
Publish May 21, 2021, May 28, 2021, and June 4, 2021
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-4 PROJECT #36217
CFW RFB VERSION 2020-JUN
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS
The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied
with.
(2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder
has thoroughly examined and is familiar with the bid and Contract Documents, 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 bid or the contract documents. No claim for additional
compensation will be allowed which is based upon a lack of knowledge of any contract documents,
statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as
required. Bidders shall become familiar with and verify any environmental factors, which may impact
current or future prices for this requirement.
(3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the bid 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 Christine Mullen, P.E., Senior Capital Engiener,
by email at Christine.Mullen@cityoffederalway.com, or by letter addressed to same. The questions must
be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a
written reply to reach all prospective Bidders before the submission of their bids. Any interpretation
deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued
will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All
such Addenda shall become part of the bid.
(4) BID PRICE
The bid 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 BID OPENING
The City reserves the right to postpone the date and time for the opening of bids 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 bid 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 bid
and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids. 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.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-5 PROJECT #36217
CFW RFB VERSION 2020-JUN
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material created
pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports
submitted to the City whenever practicable.
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder.
❑ Contractor Certification —Wage Law Compliance: This form shall be filled in and fully executed
by the bidder.
❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
❑ DBE Utilization Certification: This form shall be filled in by the bidder.
❑ DBE Written Confirmation: Part A of this form shall be filled in by the bidder and Part B shall be
signed by UDBE firm.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded.
[l Public Works Contract: The successful bidder will fully execute and deliver to the City the
Public Works Contract ("Contract") from these Bid Documents.
�j Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
[j Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-6 PROJECT #36217
CFW RFB VERSION 2020-JUN
BID PROPOSAL
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: Sound Pacific Construction, LLC
Full Legal Name of Firm
Contact: Tom Abplanal
Individual with Legal Authority to sign Bid and Contract
Address: 6708 144th St. NVV, Suite A
Street Address
Gig Harbor, WA 98332
City, State Zip
Phone: 253-514-6226
E-Mail: tom@soundpacificconstcom
Select One of the Following: ❑ Corporation
cg Partnership.
❑ Individual
❑ Other
State Contractor's License No.. SOUNDPC842J8
State Contractor's License Expiration Date: 04 1 as 1 9099
Month Day Year
State UBI No
603-606-758
State Worker's Comp. Account No
CITY OF FEDERAL WAY
626,236-00
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-7 PROJECT #36217
CFW RFS VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
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
wrimspoosive Where conflict occurs between the unit prce and the tbral amount specified for any item, the unit price shah
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 mathernatical 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: SW DASH POINT RD AT 47TH AVE SW ROADWAY IMPROVEMENTS
All unit prices shall include -applicable sales tax (Roadway Improvements)
Item
Spec.
Bid Item Description
Unit
Plan
Unit Price
Amount
No.
Div.
Qt
1
1-04
MINOR CHANGE
FA
1
$10,000.00
$10,000.00
2
1-05
ROADWAY SURVEYING
LS
1
$ 12,000.00
'$ 12,000.0(0
3
1-05
STRUCTURE SURVEYING
LS
1
$ 1,100. 00
!$ 2,100.00
4
1-05
AS -BUILT SURVEY & RECORD
LS
1
$ Q, 500.00
:$ 9, 500.00
DRAWINGS
1
5
1-07
SPCC PLAN
LS
$1,000.00
;$ 1,000 00
6
1-09
MOBILIZATION
LS
1
$ 90,000.00
'$ g0,000, 00
7
1-10
TRAFFIC CONTROL SUPEERVISOR
LS
1
$ 55,000.00
!$ 55,000.00
8
1-10
FLAGGERS
HR
1,200
$ 75.00
!$ 90,000.00
9
1-10
CONSTRUCTION SIGNS, CLASS A
SF
91
$ 28.00
1$ 2,548.00
10
1-10
OTHER TRAFFIC CONTROL LABOR
HR
120
$ 80.00
'$ 9,600.00
11
1-10
'CONTRACTOR PROVIDED
HR
24
$ 140.00
$ 3,360.00
UNIFORMED POLICE OFFICER
12
1-10
PORTABLE CHANGEABLE MESSAGE
HR
1,200
1$12.00
$ 14,400.00
S IGN
13
1-10
'OTHER TEMPORARY TRAFFIC
LS
1
$ 6,000.00
$ 6.000.00
CONTROL
14
2-01
CLEARING & GRUBBING
AC
0.21
$ 90 000.00
$ 18.900.00
15
2.02
REMOVAL OF STRUCTURES &
LS
1
:$ 4,000.00
I$ 4,000.00
OBSTRUCTIONS
i
16
2-02
SAWCUTTING
LF
1,000
$ 3.00
$ 3,000.00
17
2-02
REMOVE EXISTING CATCH BASIN
EA
2
$ 900.00
'$ 1,800.00
18
2-03
ROADWAY EXCAVATION, INCL
CY
290
;$ 55.00
:$ 15,950.00
HAUL
19
2-03
UNSUITABLE FOUNDATION
CY
10
S
'$
EXCAVATION, INCL. HAUL
45.00
450.00
20
2-03
GRAVEL BORROW INCL, HAUL
TN
30
$ 38.00
'$ 1,140.00
21
4-04
CRUSHED SURFACING BASE
TN
200
$ 52.00
:$10,400.00
COURSE
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-8 PROJECT #t36217
CFW RFB VERSION 2020-JUN
Provided to Buildcrs E=:change o:: S;A, Inc. For usag7. Condit-uns Agreen_nt AlwAys Verify ,,al
22
5-04
PLANING BITUMINOUS PAVEMENT
SY
1400
$
$ Iq, 000.00
23
5-04
HMA FOR PRELEVELING CL 1/2 IN.
TN
300
$ 153• 00
$ LfS, q 00, pp
PG 58H-22
24
5-04
HMA CL 1/2 IN. PG 58H-22
TN
650
$ 110, 0p
$ 1 b, 700..00
25
6-13
SOLDIER PILE RETAINING WALL
SF
875
$ 10j5.00
$ 1(91,(05.00
WITH SHOTCRETE FACING
26
6-13
MODULAR BLOCK WALL
SF
250
$ 70. 00
$ 17,500, 00 I
27
7 02
SOLID WALL PVC CULV. PIPE 12 IN I
LF
360
$90.00
is 32,400.00
DIAM
28
7-02
DUCTILE IRON STORM SEWER PIPE
LF
45
$
$
12 IN. DIAM
110.00
4,950.00
29
7-05
CATCH BASIN TYPE 1
EA
9
$ 2,000.00
$ 18,000.00
30
7-05
CATCH BASIN TYPE 2 48 IN. DIAM
EA
2
$5,400.00
$ 10,800.00
31
7-05
CONNECTION TO DRAINAGE
EA
2
$ 3,700.00
$ 7,400.00
STRUCTURE
32
7-05
,ADJUST CATCH BASIN
EA
3
$1,100.00
$ 3,300.00
33
7-08
SHORING OR EXTRA EXCAVATION
SF
1275
$
$
CLASS B
2.00
2.550.00
34
8-01
EROSION CONTROL AND WATER
LS
1
$ 10,000.00
$ 10,000.00
POLLUTION PREVENTION
35
8-01
HIGH VISIBILITY SILT FENCE
LF
955
$6.00
$ 5,730.00
36
8-02
SEEDED LAWN
SY
550
is 3.00
$ I,b50.00
37
8-02
BARK MULCH
CY
100
$ 10.00
is 1,000.00
38
8-02
'TOPSOIL TYPE A (4" DEPTH)
CY
75
is 70.00
is 51250.
39
8-04
EXTRUDED CURB
LF
980
is 10.00
$ q,,b 00. 00
40
8-07
PRECAST SLOPED MOUNTABLE
LF
400
'$ 2va-00
is 11, 200.00
,CURB
41
8-09
RAISED PAVEMENT MARKER TYPE HUN
2
'$ Soo-00
$ 1,000.00
42
8-12
BLACK VINYL COATED CHAIN LINK
LF
185
$ fp0.00
$ !l, (00.00
FENCE
43
8-14
DETECTABLE WARNING SURFACE
SF
160
$ 5500
$ %(600.00
44
8-20
ILLUMINATION SYSTEM, COMPLETE
LS
1
$ jq0, 000. 00
$ 140, 0019, 00
45
8-20
FLASHING BEACON ASSEMBLY
EA
3
!$ 1A,500, 00
$37, 500, OD
46
8-21
PERMANENT SIGNINIG
LS
1
I$ 17, 000.00
$ 17, 000. 00
47
8-22
PLASTIC CROSSWALK LINE
SF
215
:$ 1.00
$ 1,609.00
48
8-22
PLASTIC YIELD LINE SYMBOL
EA
15
,$ r00.00
$ 1, 200.00
49
8-22
PLASTIC LINE
LF
2400
:$ 3-SO
$ �� Lim 00
CITY OF FEDERAL WAY
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-8 PROJECT #36217
CFW RFB VERSION 2020-JUN
ME
Provided Lo Builders Exchange of WA, Inc. For r,�aaF
50
8-22
PLASTIC WIDE LANE LINE
LF
80
$ 4.00
$ 720. 00
51
8-22
PLASTIC WIDE DOTTED ENTRY LINE
LF
50
$ 11.00
Is s 50.00
52
8-22
MMA COLORED PAVEMENT
LS
1
$ b,OD0.00
$ I0, 000.00
MARKING FOR CENTRAL ISLAND
53
8-22
IREMOVE PAVEMENT MARKINGS
LS
1
$ 1000.00
$ 3,000.00
54
8-30
RESOLUTION OF UTILITY
FA
1
$10,000
$10,000
CONFLICTS
55
8-30
POTHOLING
FA
1
$10,000
I$10,000
IS 1,057, tlb,oc
BID SUMMARY
ITEM
BID AMOUNT
SCHEDULE A: SW DASH POINT RD AT 47TH AVE
$ ( Oc 7 (��,p0
J
SW ROADWAY IMPROVEMENTS
, i
TOTAL BID AMOUNT
(including Washington State sales lax, at/ other
$ 13 0571
government taxes assessments and charges)
The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to
Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on
the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Advertisement for Bids 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 proposal, 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
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-10 PROJECT #36217
CF W RFB VERSION 2020-JUN
Provided to Builders Fxchancle of WA, Inc. For usage Conditions Agreement see www.biwa.com - Always Varify Scal
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 proposal; the undersigned agrees as follows:
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which
conflicts in any manner or degree with the work, services, equipment or materials required to be performed
and/or provided under this contract and that it shall not employ any person or agent having any such
interests In the event that the Contractor or its agents, employees or representatives hereafter acquires
such a conflict of interest, 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 rertifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the
last one year, to have committed any combination of two of the following violations or infractions within a five year
period: (1) Violated RCW 5148 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.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. 1 Date Issued: 6/7/2021
Addendum No. Date Issued:
Addendum No. Date Issued:
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
Srgna ure
Tom Abplanalp
Printed !Name
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-11 PROJECT #36217
CFWRFB VERSION2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.coai - Always Verify Scal
Managing Member
Title
Subscribed and sworn to before me this 110 day of Tune, 20,'LL.
�p►ti►u I Irrrrrrr
Signature of Notary
Won
'(' MOIAR), Printed name of Notary
Notary Public in and for the State at Washington
pllBt;C My commission expires177 Oa 1 • -D;2 H
Op 4r f !�
zoji rWASV
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-12 PROJECT #36217
CFWRFB VERSION2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
BID BOND
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
OPTION 1: BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of
$ , which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Title
—OR—
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we.
Sound Pacific Construction, LLC as Principal, and
North American Specialty Insurance Company as Surety, are held and firmly bound unto the City
of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the payment
of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and
assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above -
mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal
shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid
and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the
deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain
in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated
damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 11 DAY OF June , 2021 .
Sound Easif Construction, LLC North American SpeciallylInsurance Cnrnpany
Principa — Signature of Authorized Official Surety — Attorney in Fact Andrew P. Larsen
(Attach Power of Attorney)
Title
Name and Address of Local Office/Agent of Surety Company is -
Parker, Smith & Feek, Inc.
2233 112th Ave NE
Bellevue, WA 98004
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-13 PROJECT #f.36217
CFW RFB VERSION 2020-JUN
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE, COMPANY
WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY'I'HESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International Insurance
Company a corporation arganircd and existing under the laws of the State of New Iampshire and having its principal office in the City of Kansas
City, Missouri, and Westport Insurance Corporation, or anizcd under the laws of the State of Missouri, and having its principal office in the City of
Kansas City, Missovi [ does hereby make, constitute and appoint:
SUSAN B. LARSON, SCOTT FISHER. MINDEE L RANKIN, DEANNA M. FRENCH, RONALD J. LANGE, ELIZABETH R. HAHN, JANA M. ROY, ROGER R_ KALTENBACH, SCOTT GARCIA
GUY P ARMFIELD, SCO'l I' McGILVRAY, ANDREW P. LARSEN. NICiIOLAS FREDRICKSON. JOHN R. CLAF.YS. Cl IARI A M. BOADLE, And DEREK SABO JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION ($I25,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
bindiro upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
By
SEAL
L sfe+•rn n enen,. n r Ire rrs rnE a e nylon n er" una n.ur.ntt Company
Sf./1� = :xn & Senior Vice President of Narlh American Specially Insurance Campa
* m•
& Senior Vice President of Westport Insurance Corporation
x� t973
i Eli
gF;QG �C BY
i11 Mike A. Ito, Senior Vice President orWtuhln`loa Intel national Insurance Company
�tlltit�{i •1a:ej & Senior Vice President of Rarth American Specially Insurance Company
& Senior Vice President of Wv9;p.,1 Insurance Corporation
IN WITNESS WHEREOF, North American Specialty insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 30TH day of MAY 20 19
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois Westport Insurance Corporation
County of Cook SS:
On this30THday of MAY , 20 19, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Comparty and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael ASenior Vice President afWashington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
t]FF aoi. SEAL
11u1dl� puk9XENNY AN
rC • 5wir ni A1ir,.i,, ' .._ ____ _ �__
M. Kenny, Notary Public 1
I, Jcfft'Gy Goldberg the duly elected Vice President and Assistant Secretary of North American Specially Insurance Company, Washington
international Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance.
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this I I day of June t 20 21
JJh- Goldl-p., Vice Pidm. & A,,ktam Seuclary or Nrnshmµton loemaiioaai lnsunnce Compyry R
North A,-- Specialty insurance Cnmpanv & Vice President & Assistant 5e cuny of W estprnl Insusunre Coiporatior
SUBCONTRACTOR LIST
AMM
MWashington State
. Department of Transportation Subcontractor List
r7rentlrad In compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name SW Dash Point and 47th Ave. SW Compact Roundabout
Failure to list subcontractors with whom the bidder, If awarded the contract. will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described In
Chapter 18.100 RCW, and sir-ctrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the sane work will result In your bid being nonresponsive and therefore void.
SubcontracW(s) with whom the bidder w18 directly subcontract that are proposed to perform the work of structural steel installation,
rebar Installation. heating, ventilation and air conditioning, plumbing, as described In Chapter 18.106 RCW, and electrical as
described In Chapter 1928 RCW must be listed below. The work to be performed Is to be limed below the subcontracior(s) name.
To the extent the Project includes one or more categories of work referenced in RCW 39.30.000, and no subcontractor is
listed below to perform such work, thtt bidder certifies that the work will either (1) be performed by the bidder itself, or 01) be
performed by a lowertier subcoWnctor whowlll not contract directly with the bidder.
Subcontractor Name G&G Inc
Work to be performed Electrical
Subcontractor Name r tion
Work to be performed C4r, ir4rnrol C4col and Rchgr
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Bidders are notified that it is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the installation Is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015
Revised 0&2020
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-14 PROJECT #36217
CFWRFB VERSION2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.br_wa.com - Always Verify Scal
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified
below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding
citation and notice of assessment issued by the Washington State Department of Labor and industries or through
a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW
49.48.082, any provision of Chapters 49 46, 49.48, and 49.52 RCW within three (3) years prior to the date of the
Request for Bids.
Bidder Name: Sound Pacific Construction
Print Full Legal Name of Firm
By..
Signature of Authorized Person
Title: Managing Member
Title of Person Signing Certificate
Date: June 11, 2021
Tom Abdanalp
Print Name of Person Making Certifications for Firm
Place: Gig Harbor, WA
Print City and State Where Signed
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-15 PROJECT #36217
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
;-- APWA-WA Division 1 Committee rev.1/t3J2016
Proposal for Incorporating Recycled Materials Into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB 1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section "3.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage:
V
percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Projecf, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Sound Pacific Construction, LLC
Signature of Authorized Official: _
Date: June 11, 2021
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-16 PROJECT #136217
CFW RFB VERSION 2020-JUN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
DBE UTILIZATION CERTIFICATION
Adw
Washington State
�Af Departrnert! of 7'ransporUtkilirt
Disadvantaged Business
Enterprise Utilization Certification
To be elgible for Award of Urns Contract the Bidder arl8dl M " and subm& as a suppiameru to rb sealed Bid Proposal.
a Disadvantaged Business Enterpnsa (DBE) tlh3szabon Certrrrl 1 m The Conlracti g Agency shall consider as non-
responsive and chat rood any Bid Proposal That does M oWan a DBE Lki»n Cerofinbon wtidl properly
derrwnstratea that M» Bidder will rtWt the DBE parsupabon re qurenxx 3s In one of M r►g can provided tar in tf,i
proposed Cork-aa Rarer to the InsOuctione on Pop 2 When A" out dwls terra or die Bid miy be m*iod. An
axamois hum his been provided on Page &the stx=wld Bidder's DBE Uotmo t CatiMabon "be deemed a
pars of Ov fesr *V Contract
Box i . _ _$Qtrnd F?a9 f.� 175tf�{ L _LC . r7 "ks that the DBE firms ixswd Dhow liar* beta me&vw
regarding paiti6pauon on is project +cs 8odderis suctessiur or1 Ur:s and ,s d+rardes! tre Centraci a spa':
asaure that subcontracts or supply agreerrents we exeWed -A1th named DWs {If r��ty;. use add6tonal cheats
e= 2: SW Dash Point and 47th Ave SW Compact Roundabout
Ct>lurwl i
Her" of WE
U3M wawovl
O'Bunco Engineering
G&G Inc.
Cdum 2
Pfojstt nob
(Sir w4rucsetil
Ct1Yae 3
Desorption of t}MRt
R« g el
Surveying
Electrical
cab" 4
D04W MrterlRll
SubCarAra[ied i
Boom
fSw nti,mul
$14,785.00
ULM 5
Do"W Amount
tetra Ap tod
towwds aril
16re rwt+re�rr]
$14.785.00
Subcontractor
Subcontractor
$151.000,00
$151,000.00
a.advrlt,q.d Buakreas EnteTpriss ! 50, 5(r 9 • 0 Total OBE corr+n+sr+rrt; DoAw AnwLm I_I?SZV5t90
Condition of Award Contra** Goal a" s sa. 4
51 ) By checking Box 5 Ute Blddef Is sti" that then alle rpts to sdkd sutticrent DBE perbapabon lomeet
the COA Contract goal has been unsuccessful and good faith eHol wd be subnwttod in acaordenee With
Section 1-02 9 of the Contract
DOT form moll
Re'.4w avW1s
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-17 PROJECT #36217
CFW RFB VERSION 2020-JUN
rovided to Builders Exchanae of WA. Inc. For usage Conditions Aareement see www.bxwa.com - Always Verifv Scal
DBE WRITTEN CONFIRMATION DOCUMENT
Washington Stale
Disadvantaged Business Enterprise (DBE)
�
-/f Department of Transportation Written Confirmation Document
I, In, I )NI I l't lll,tt of \!+h-IM0,11 Iti"(piln,rl, Pit'
1), J lilnrvl, , I l.rid, 1/+n,,- AII11, ;N.Ilnu;
fill I OR%f till ll I I I\I \ III St IM1 l 1111 11, \ Intl III \1 IS l I* I I I) (I\ 1111 ( ()\ I k.\( IOk'\
1)I,,\U\ \\1 \(II I) itl �I\l tiff l till RIIRI51 11111/ \1111\ ( I kIII 11L 1IifIN
IIII ('I INIItu I(IRNII\II 1INNI II VAR IAl'I:I()H IO\1\DI\lI IIII111 I!1ll•
V%R I A: lu I)e inm�l�'Irc! In the hidtlrr
III,: ; nlll., I"'li ti ,bell Ili: -.%IT!; �k lt. 1. 1, •.11,0•I If 1111 1111: IIIJII, ["I Ilu,ln_•„ I lWilm-.r
( U!li .It 11 111 l �I lllt,,l tl„II ! .Il ltlli i�1 J1, „I S,II I:,ul III IiIJ iCC, ll,'ll
( ICI ltl.111 I III, � 4�/ •L/`r t��� • �\ �� �� `���V� CJ�J
111dilo 1111,1111,E \-Inl, Sound Pacific Construction, LLC
111111 •, I1u'w'-, \,1+1: � t Cin
\ `VC
1),,,Ill,( I,-Il III I!IiI , \11x1. , l�L � \c C; J
II, !ler 1r1 1ulU 1,1 h. \111,II,11 I•nl,l;,l. 111i1 [,;I,II $151,000.00
Il, il.l1 \III, unt I, I+, Huh„ -I III 141,it I, I ) I I I '
IL\ItI It; 1n hr lutapltlllf I+% HII IIi�;Id�:Inta�t,tl Itu�int\\ 1 ulrlpri,Il
\, ml_ttlth"I tjol 1, 111, ,, Ilt.11l„ 14111i 111 ,.h1, I:It,I _'„I Illl,llh '•' 1111, 11,I 1-u Ih.1%, 1,,c(l
lh H+J,I, 1 t,l!ll I<:1.1:11 t„ 111: IC1,:,II,i1! 1+'I'll.l I!K 11;It 1,11.1 1`1 I',I!1111:I I1; :' I!{I \\1111. J, ,,I II,:(I
I I,o II tll IiIJ1!11 I11% 11,1 Cl1 Ill, ( ,`I lti •I, I, •.,, ,\III illt"l IthI,III op l Crll C111 ,.II!I III, 11111, 1,t 1.11`II 11, 11+.I i, 111
till 11I „I II tl`I I I I, I, :It ,, 1 t 11111, till' M11,11 h III III „1 III, I! Ill P,llt \Of 1111i`
11 111HI) l(' `^
`--------�----!'L-
11;�n.111n,
DBE WRITTEN CONFIRMATION DOCUMENT
Washinglon Stab Disadvantaged (Business Enterprise (DBE)
W. Department of Transportation Written Confirmation Document
Se4 C'ortuo+r I'roriri+rrl+ I)!fl_ Ih)clrrnl'1rl.4uhnrl11rti It:aluirrmerrn
I)lsllallrrrl,e I'r/ lileslxra.l Enler'llr'1t,' Pra•tic'ilvrlion
1_1II10:0W*%I SIIAI 1 ON1.1 1i1: SUHMITT(-I)Tt),1I)Ill:'IIIA•1' IS I ttil'f'f)ON'Ilfl: ('ON-I-Itr\('r()It•s
DISAIWANTACH) IWSIN1;SS ENTI,ItITIS]: U IILI1.:11'lt_)N(A:ltl'It lt'ATION.
illliC'1)\1ItA('fUft911,\LI.i7)111'I.FTI:I'r11t'IAI'It11.)R It)tilc\I)Iti[i'fOTIIF.I]Hl{,
1_'..]Itf_.1: 1e) hr rrintpLj!jr(l hi thl, hidilcr
fhc can ie.c halo++ ,hall l>c cunziolcut ++ills ++hat i> +llovcli r1n the IiiJ+icr', 1)t,ad+anta�rJ Hu,in"� I nlclpnsc
L.-tilization C'erlihLalioll- I"Idurr 1,1 do ,ml +adl le-nll is Bid rrjel:tion.
Uonn'a10 litk�- SW PASK POIW( AA-V -S/744VS Sw 64MA T fLoyuagEar
111dalr1'.+ liioines< Nanic Sound Pacific Construction, LLC
1AW's lin+inr + Naisiv, 013w .LCC
I)caartl,tioll of I )HE'+ Work: SV IZOSLi I tAC.
Dollaraillounr to hr Allphol Im+•;lyd, IDIiF /i,)al $14,785.00
D011.11 A111.1WIt IN 11 1lItliNlllfdil�d lu OIII
'i}al•�iul I ir.+l
MR I k J41 tp, rnn!P� t1 �11'1h�L�i��tl+2lnta rd lin l n1 Si+�
A, an authorlr.Il of the Di.+aJlunt.lrr,i Ilu,ul.tio. I.nlell.rt,r. I coaiinn 111;u we ha+,• heell
eontd.'1c11 h}'the Iiidllrl +filth Irl;ard Iu thr tef:'rnccJ 111(114:11 lol the Ilutl,el,e Of11e1lilIll ing the \folk d,,,rlibcd
uho+c If dic IIid&i i, n)+.irdctl the (AnILIocl, %%C will cola i11A1 all ,Ikfrrntcn( 1+Ith the Ruhlcl to pulticil)ate in
11w 11r+11% 1 u)rttl<lent With the inti)I1111illoll Pro%Idett III 111111 A tit III1N mill)
V:ull+' j1)n111ct1) "TC.4[7 W1 L,LI q✓►?.�_ _
-t'l21INC1 P41.
A4ldr+:,'.' fC)Yz-W6Sr ZTAMCS orze-E'T
N&tr ra,4 9bost
CITY OF FEDERAL WAY
RFB-18
CFW RFB VERSION 2020-JUN
O:Ile 0/9124
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
PROJECT #36217
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
DBE BID ITEM BREAKDOWN
Twa►Wnstart Star: Disadvantaged Business Enterprise
-ram (DBE) Bid Item Breakdown Form
1. Coftred Nun6sr -- 2 canted Name
36217 HSIP-000S 528 SW Dash Point and 47th Ave SW Compact Roundabout
3. Pane C,nnbackm s Pone Qxtrachx Reprewtatrw Haar
Sound Pacific Construction, LLC Tom Ab lanalp
5. PrYm Cw*ador Repreeenl &* Phone Number 6. Prime Conbedor RspnownWw Eumill
253-514-6226 1 tom@soundpacificconst.com
c4som i
Mane as UDW
rur�ai
Caiurr 2
aw kW w a
0-1-1
Larw.r 3
FutW"at
tr ar-so"
Cetaae 4
QMVfRy
fV arta—i
cown a
DMarrllpilice
tar �.++r
edam a
Ufa hba
ra. a�sarr
Tear Usk
Cove
awYdwd�r
ceum e
D04V AAgNR
to be A0000
Toerenh �sM
O'Bunco Engineering
Inc.
2
Full
1 LS
Roadway Surveying
:110.470.00
$10,470.00
$10,470.00
ounco engineering
Inc
o
ull
T LS
-Structure burveymg
41.64U,u
4-11a
e lm4U.umu
O'Bunco Englneering
4
Full
1 LS
As -Built Surveying & Recor,
n.
$2,375.00
$2.375.00
$2,375.00
G&G Inc.
44
Full
1 LS
Illumination System
$118,000.00
$118,000.00
$118,000.00
Subtotal:
sou.
s o co
1+awa sf Una
ammme
FuYlPwllsl
titaewr
DMt?NOfi
Ultt ►rt0e
row Up* �
C;otewr"
m bpi AppAW
It1er
G&G Inc.
45
Full
3 EA
(Flashing Beacon Assembly
$11,000.00
$33,000.00
$33,000.00
f Subtotal:
s L Lq,
s E cr)
Ms oa UDC!
tw Mem a
FWWWW
QuWay
o"90110aton
Urd'rtq
TOW
DOW Aerrrt
to r Awled
Towards per
SubloUld
Maste4@FV a "Mehl FtW►"of Orte"My Deeerjrtlort UnetPfko
s
7Cetl�
beb Art
To rwds Der
Subtotal:
s c +�
: +. r•e,
TOTAL UDIIE Dollar Amount:
I i is oo
s e coo
DOT Farm 3r2-0%
11two rlq M020
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-19 PROJECT #36217
CFW RFB VERSION 2020-JUN
rovided to Builders Fxchanae of WA, Inc. For usaae Conditions Aareement see www-bxwa.com - Always Verifv Scal
DBE BID ITEM TRUCKING CREDIT
AOL SWDisadvantaged Business Enterprise
T � of Trmnspa.1<,Mon (D6E)Trucking Credit Form
PART A, TO BE COMPLETED BY THE BIDDER
The farm Is in sgpoR or Wo VuckM mrawomfnt derm"d an t DBE UW kndW Cerakabon Form *%Cwm=d WO fn propped.
P%~ noM that DBE's muw be oeaand Drip 10 Wm of womb
FedmiM Aid a
HSIP-OOOS(528) 136217
Can*w f
Prgecl Mom
SW Dash Paint and 47th Ave SW Compact
K hang dams by hours, or by Lump kar wrmwo. pk asp proade c.ah'13~..% to rAelltwb the Vr+eneoea baw
arrr
Item Desaom
NIA
V" I �lWaa ue rr11eeaw-
Bk30M
NmriWUae (ONWW "I
Sound Pacific Construction, LLC
Tom Ab lanai I ManaSing Member
Mom j Fast
Sgtetue
253-514-6226 253-444-0049
A70 644th St. NW, Suite A
Gig Harbor, WA 98332
I dY ft . an aeae rdarmseert to tanKew nerd eoasels
E mr1
Dab
tom@soundpacificconst.com
I June 11. 2021
PART B: TO BE COMPLETED BY THE DBE TRUCKWO FIRM
Mob: WE tnbdwV bm poUcIpef a my only be aedW as DAE pesdpaeon tot ON vebe of fu tod" $WVW . We Iw fr
mshnib trip heubd unoeis to Uuc" bm a abo moopeied an a supple of fre rnatanalu urd on Me wood end sppored
fa Om propKi w r repubr deebr
1 Type of 1AaterW exp*cbd b be
hribiwo
2 Nm9W d hlly gpelettoml Wuca rr r tw 1raoYfn Dranp ouch _
expeded to be used on IN@ prayed?
3 Ntambu of Yucks and parrs owt m by _ _ Troam1badw s Qlnp tRrrua
the 0K ftrf od be wed on M
WWI
1 Nurroer d Wualo and Yaderi teased by _ _ _ T►rdorl*tsasn _ Ouep Yucem
fr OBE VW rwa be used on fur
DBE FWm Name Namr►Ttfb {Dime pnnQ
cer'Jk4~ Numb"
Phorm Fa>< f5gwe
Emar -- - - -
UOT ILOM 272AM
ReAmd oino20
CITY OF FEDERAL WAY
lounfdabnut
I em M apse efbrrnetton a compWA end ecctseb
l}asa
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-20 PROJECT #t36217
CFWRF6 VERSION2020•JUN
Provided to Builders Ex--hange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2021 and is
made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and
Sound Pacific Construction, LLC , a _Washington Limfted Liability Company ("Contractor"), for the
project known as SW Dash Point & 47'" Ave SW Compact Roundabout (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other
items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the
Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance
with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within
the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to
such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed One Million, Fifty -Seven Thousand. One Hundred Twenty -Eight and 00 /100 Dollars
($ 1,057,128.00 ), 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
Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed
in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such time as
Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for
partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-21 PROJECT #36217
CFW RFB VERSION 2020-JUN
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.
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.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,
compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-22 PROJECT #36217
CFW RFB VERSION 2020-JUN
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not
include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor
recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or
arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants
that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract
Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor
to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the
same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design specifications,
records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be
produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City,
shall become the property of the City, shall be delivered to the City at its request, and may be used by the City
without restriction.
7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible,
determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified
to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is
hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state
or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and
deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the
City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated
in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case
of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement
on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior
to printing.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-23 PROJECT #36217
CFW RFB VERSION 2020-JUN
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
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any
other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance with
the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue
a Change Order at any time making changes within the general scope of the Contract, without invalidating the
Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be
construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid
or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be
considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be
entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest
or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing
notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment
is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims
consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special,
consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or
suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties.
If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such
manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of
defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting
loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor
such guarantee or warranty. This obligation survives termination of this Contract.
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-24 PROJECT #36217
CFW RFB VERSION 2020-JUN
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations
and rights hereunder without the prior written consent of the City. In the event the City consents to any such
assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities
under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from
the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial
Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and
(ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of
action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim,
cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive
jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's
failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action.
It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor
asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall
permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the
claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof,
or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to
declare one breach or default does not act as a waiver of the City's right to declare another breach or default.
8.12 Sole AuthoritylDiscretionlJudgment. 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: Christine Mullen, P.E., Senior Capital Engineer
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice
or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so
posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-25 PROJECT #36217
CFW RFB VERSION 2020-JUN
CONTRACTOR: Sound Pacific Construction, LLC
Attn: Tom Abplanalp
6708 144th St NW, Suite A
Gig Harbor, WA 98332
ENGINEER: City of Federal Way
Attn: Christine Mullen, P.E.
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with
provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties
incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW
60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities,
increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of
the bond.
DATED the day and year set forth above.
CITY OF FEDERAL WAY: CONTRACTOR:
errel , Mayor
3 25 8th Avenue South
ederal Way, WA 98003-6325
ATTESTqg���
Steptbnie Courtney, CM , City Clerk
AP R VED AST
Ryan Call, City Att ney
CITY OF FEDERAL WAY
Srgn ure o uthorized Individual
Tom Abplanalp
Printed Name of Authorized Individual
6708 144th St. NW, Suite A
Street Address
Gig Harbor, WA 98332
City, State, Zip
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-26 PROJECT #36217
CFW RFB VERSION 2020-JUN
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
) ss.
COUNTY OF Pierce )
On this day personally appeared before me TOM R bF=?loirt r'Ll p , to me known to be
the rua b of Sound PKcifi'c. CDaLtyyc on that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation,
for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said
instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this Zq t" day of cDAN 201L.
�f$iGn200
tkOTAf�y
Pt19L1G
eNurnbe 4.
CITY OF FEDERAL WAY
^ rri55c+ While _
(typed/printed name of notary)
Notary Public in and for the State of Washington.
My commission expires 0"1- 08 - 2a 2il
SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-27 PROJECT #36217
CFW RFB VERSION 2020-JUN
SAMPLE CONTRACT CHANGE ORDER
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
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 QTTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE $ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
$
PREVIOUS CHANGE ORDERS
S
THIS CHANGE ORDER
$
NEW CONTRACT AMOUNT
$
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions
of the standard specifications, the contract plans, and the special provisions governing the types of construction.
The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-28 PROJECT #36217
CFW RFB VERSION 2020-JUN
Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to
Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-29 PROJECT #36217
CFW RFB VERSION 2020-JUN
CERTIFICATE OF INSURANCE
Contractor's Certificate ❑f
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-30 PROJECT #36217
CFW RFB VERSION 2020-JUN
Bond No. 2319527
PERFORMANCE AND PAYMENT BOND
SW DASH POINT AND 47TH AVE SW COMPACT ROUNDABOUT
The City of Federal Way ("City") has awarded to Sound Pacific Construction, LLC ("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 North American' ("Surety"), a corporation organized under the laws of the State of
New Hampshire 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., arejointly and severally held and firmly bound to the City of Federal
Way, in the sum of One Million. Fifty -Seven Thousand, One Hundred Twenty-Eioht US Dollars
($_1,057,128.00_) Total Contract Amount, subject to the provisions herein.
*Specialty Insurance Company
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: Sound Pacific Construction, LLC SURETY: North American Specialty
Principal gignature Date
1
won-, db
Printed Name
Title
ny
lk"%i t Cp
I-N
re
Surety Signatuoft
Andrew P. Larsen
= :.► cs V.-
Printed Name
': ar �, d��►
����11,
Attorney -in -Fact
�vr�i �L�.+•'�
Title
, „�,,►,
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-31 PROJECT #36217
CFW RFB VERSION 2020-JUN
LOCAL OFFICE/AGENT OF SURETY:
Parker, Smith & Feek, Inc.
Name
2233 112th Ave NE
Street Address
Bellevue, WA 98004
City, State, Zip
(425) 709-3600
Telephone
BOND NO.: 2319527
APPROVED AS TO FORM: -�
(: . Ryan Call, City Attorn
CITY OF FEDERAL WAY SW DASH POINT & 47TH AVE SW
COMPACT ROUNDABOUT
RFB-32 PROJECT #36217
CFW RFB VERSION 2020-JUN
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY
KNOW ALL MEIN BY THESE PRESENTS. THAT North American Specialty insurance Company. a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal ofiicc in the City of Kansas City, Missouri and Washington Intemational insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the. City arKansas
City, Missouri, and Westport Insurance Corporation; organized under the laws of the State of Missouri, and having its principal office ill the City of
lamas City, Missouri does hereby make, constitute an11•appoint:
SUSAN B. LARSON, SCOTT FISHER, MINDEE L. RANKIN, DEANNA M. FRENCH, RONALD J. LANGE, ELIZABETII R, I IAI IN, JANA M, ROY, ROGER R KALTENBACH, SCOTT GARCIA, DEREK SABO
GUY P, ARMFIELD, SCOTT McGILVRAY, ANDREW P. LARSEN _NICHOLAS FREDRICKSON, JOHN R. CLAEYS, CHARLA M. BOADLE, And ANDREW KERSLAKE JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION (S125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant. Secretary be. and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby i.s authorized to attest to the execution of any such Power of Attorney and to attach tlierein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
'���,<}t;l4illl1l'I/ryZ, � IDNq�u 1
.�hPOriY •:�G GogFot.SG BY C
.tor •ter rss: cn[ o ■a stun neernot nn nsunmce CompanyV SEAL &Senior Vice President or North American Specialty Insurance Company
'�`•• & Senior Vice President of Westport Insurance Corporation
1.73
y •-........ p� By
Mike A. Ito. Senior Vice President of Washington Internntinnal hururance Company
fJI���H',fl!!V111�\�� ; WAittntu
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Weuport Insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their- official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 2TH day of JUKE 20 '—I
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois Westport Insurance Corporation
County of Cook ss:
On this 2TH day of JUNE , 20 21, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company artd 5cnior Vice President of North American Specialty Insurance Company and Senior- Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
©FFfCiAt SEAL
M. KENNY
Notary public • slat' nl Illinois �' t
Myc ya- 132-11 i"K M. Kenny, Notary Public
I, Jeffrey Goldberg. , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 26 day of July � 20 21
Jeffrey Goldberg, Vice President & Aisi$iant Secretary of Wwhington international lrLmrance Company &
North American Specialty Insurance Company & Vice Presidem & Assistant Secretary of 1VnLport Insurance Corporatior
INTRODUCTION TO THE SPECIAL PROVISIONS
(December 10, 2020 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2021 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 these Special Provisions, all of which are made a part of the
Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of
the Standard Specifications is meant to pertain only to that particular portion of the section, and
in no way should it be interpreted that the balance of the section does not apply.
The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
(***PROJECT -SPECIFIC SPECIAL PROVISION...)
Also incorporated into the Contract Documents by reference are:
Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
City of Federal Way Public Works Development Standards
• National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the SW Dash Point Rd and 47th Ave SW Compact
Roundabout 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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-2 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
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 SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-3 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
Reduced Plans (11" x 17")
No. of
Sets
Basis of Distribution
1
Furnished automatically upon award.
Contract Provisions
1
Furnished automatically upon award.
Large Plans (e.g., 22" x 34")
1
Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans, Specifications, and Site Work
(June 27, 2011 APWA GSP)
1-02.40) General
(August 15, 2016 APWA GSP, Option B)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written reply
to reach all prospective Bidders before the submission of their Bids.
1-02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
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.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-4 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid
on all alternates and additives set forth in the Proposal Form unless otherwise specified.
1-02.5 Preparation of Proposal
(Dec 10, 2020 APWA GSP, OPTION A)
Supplement this section with the following:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE)
Utilization Certification, when required by the Special Provisions. For each and every DBE
firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization
Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is
in agreement with the DBE participation commitment that the Bidder has made in the Bidder's
completed Disadvantaged Business Enterprise Utilization Certification.
WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation
Document) is to be used for this purpose. Bidder must submit good faith effort documentation
only in the event the bidder's efforts to solicit sufficient DBE participation have been
unsuccessful.
The Bidder shall submit a DBE Bid Item Breakdown form defining the scope of work to be
performed by each DBE listed on the DBE Utilization Certification.
If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification, then the Bidder
must also submit a DBE Trucking Credit Form (WSDOT Form 272-058) documenting how
the DBE Trucking firm will be able to perform the scope of work subcontracted to them.
Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation
Documents, Disadvantaged Business Enterprise Good Faith Effort documentation, DBE Bid
Item Breakdown Form and the DBE Trucking Credit Form are included in Section 1-02.9.
(December 10, 2020 APWA GSP, OPTION B)
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.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-5 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
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:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner.
A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted with
the Bid Form if any UDBE requirements are to be satisfied through such an agreement.
(November 9, 2020 WSDOT GSP, OPTION 2)
The fourth paragraph of Section 1-02.6 is revised to read:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise
(DBE) Utilization Certification, when required by the Special Provisions. For each and
every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise
Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that
the DBE is in agreement with the DBE participation commitment that the Bidder has made
in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification.
WSDOT Form 422 031 (Disadvantaged Business Enterprise Written Confirmation
Document) is to be used for this purpose. Bidder must submit good faith effort
documentation only in the event the bidder's efforts to solicit sufficient DBE participation
have been unsuccessful. The Bidder shall submit a DBE Bid Item Breakdown form
defining the scope of work to be performed by each DBE listed on the DBE Utilization
Certification. If the Bidder lists a DBE Trucking firm on the DBE Utilization Certification,
then the Bidder must also submit a DBE Trucking Credit Form (WSDOT Form 272-058)
documenting how the DBE Trucking firm will be able to perform the scope of work
subcontracted to them. Directions for delivery of the Disadvantaged Business Enterprise
Written Confirmation Documents, Disadvantaged Business Enterprise Good Faith Effort
documentation, DBE Bid Item Breakdown Form and the DBE Trucking Credit Form are
included in Section 1-02.9.
Add the following new section:
1-02.60) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into
the project, using the form provided in the Contract Provisions.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-6 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
1-02.7 Bid 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 person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of Proposal
(October 1, 2020 APWA GSP, OPTION A)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as required by Section 1-02.6:
• DBE Written Confirmation Document from each DBE firm listed on the Bidder's
completed DBE Utilization Certification (WSDOT 272-056)
• Good Faith Effort (GFE) Documentation
• DBE Bid Item Breakdown (WSDOT 272-054)
• DBE Trucking Credit Form (WSDOT 272-058)
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 48 hours (not
including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed
envelope labeled the same as for the Proposal, with "Supplemental Information" added.
All other information required to be submitted with the Bid Proposal must be submitted
with the Bid Proposal itself, at the time stated in the Call for Bids.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-7 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that
is received after the time specified in the Call for Bids for receipt of Bid Proposals, or
received in a location other than that specified in the Call for Bids. The Contracting Agency
will not open or consider any "Supplemental Information" (DBE confirmations, or GFE
documentation) that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be received at the office designated for
receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal
will be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which the normal work processes of the Contracting Agency resume.
1-02.10 Withdrawing, Revising. or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for receipt
of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(October 1, 2020 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;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-g PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each DBE firm listed on the
Bidder's completed DBE Utilization Certification that they are in agreement with
the bidder's DBE 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 DBE Good Faith Effort documentation, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the.Condition of Award was made;
k. The Bidder fails to submit a DBE 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 DBE Trucking Credit Forms, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-9 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder does not owe delinquent taxes to the Washington State Department of
Revenue, or if delinquent taxes are owed to the Washington State Department
of Revenue, the Bidder must submit a written payment plan approved by the
Department of Revenue, to the Contracting Agency by the deadline listed
below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Res ❑nsibilit
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form shall
also include a requirement that each of its subcontractors shall have and
document a similar procedure to determine whether the sub -tier subcontractors
with whom it contracts are also "responsible" subcontractors as defined by
RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retaina a 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;
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-10 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder and/or its owners have not been convicted of a crime involving bidding
on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances and
such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the bid
submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
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
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA PROJECT 36217
CFW SPECIAL PROVISIONS VER, 2021 01B
Supplemental Criteria. The Contracting Agency reserves the right to request further
documentation as needed from the low Bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria.
The Contracting Agency also reserves the right to obtain information from third -parties and
independent sources of information concerning a Bidder's compliance with the mandatory
and supplemental criteria, and to use that information in their evaluation. The Contracting
Agency may consider mitigating factors in determining whether the Bidder complies with
the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with
this determination, it may appeal the determination within two (2) business days of the
Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria.
Such requests shall be in writing, describe the nature of the concerns, and propose
specific modifications to the criteria. Bidders shall submit such requests to the Contracting
Agency no later than five (5) business days prior to the bid submittal deadline and address
the request to the Project Engineer or such other person designated by the Contracting
Agency in the Bid Documents.
1-03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy exists
between the price per unit and the extended amount of any bid item, the price per unit will
control. If a minimum bid amount has been established for any item and the bidder's unit
or lump sum price is less than the minimumspecified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, including
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-12 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency -will be used by the Contracting Agency for award purposes and to fix
the Awarded Contract Price amount and the amount of the contract bond.
1-03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the
tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest
percentage of recycled materials in the Proiect. per the form submitted with the Bid
Proposal. If those percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest proposed recycled materials amount. are eligible to draw.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
Guarantee that the Contractor will perform and comply with all obligations,
duties, and conditions under the Contract, including but not limited to the
duty and obligation to indemnify, defend, and protect the Contracting
Agency against all losses and claims related directly or indirectly from any
failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform and
comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors
of the Contractor) to pay all laborers, mechanics, subcontractors,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
lower tier subcontractors, material person, or any other person who
provides supplies or provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered
to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(November 30, 2018 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the Superior
Court of the county where the Contracting Agency headquarters is located, provided that
where an action is asserted against a county, RCW 36.01.050 shall control venue and
jurisdiction.
■- ■ ; 1 woom,
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(January 8, 2021 CFW GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Contract,
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Standard Specifications,
8. Contracting Agency's Standard Plans or Details (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Chancies_
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-14 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
(April 30, 2020 WSDOT GSP, OPTION 1)
Section 1-04.4 is supplemented with the following:
Change Orders will be transmitted electronically to the Contractor for signature. The
Contractor shall apply all signatures electronically using the software provided by the
Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall
submit a Type 1 Working Drawing consisting of the names, email addresses, and text -
message capable phone numbers for the authorized change order signers and shall bear
the name, phone number and email of the officer providing this authorization. Delegation
of authority to sign Change Orders shall be by the officer authorized to sign the Contract
in accordance with Section 1-02.1
1- 5 CONTROL_ OF WORK
1-05.4 Conformity With and Deviations from Plans and Stakes
(January 13, 2021 WSDOT GSP, OPTION 1)
Section 1-05.4 is supplemented with the following:
Contractor Surveying — Structure
The Contracting Agency has provided primary survey control in the Plans.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of bridges, noise walls,
and retaining walls. Except for the surrey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout
the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The survey work by the Contractor shall include but not be limited to the following
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well
as additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, by placing hubs and/or marked stakes, the location with offsets of
foundation shafts and piles.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-15 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
3. Establish offsets to footing centerline of bearing for structure excavation.
4. Establish offsets to footing centerline of bearing for footing forms.
5. Establish wing wall, retaining wall, and noise wall horizontal alignment.
6. Establish retaining wall top of wall profile grade.
7. Establish elevation benchmarks for all substructure formwork.
8. Check elevations at top of footing concrete line inside footing formwork
immediately prior to concrete placement.
9. Check column location and pier centerline of bearing at top of footing
immediately prior to concrete placement.
10. Establish location and plumbness of column forms, and monitor column
plumbness during concrete placement.
11. Establish pier cap and crossbeam top and bottom elevations and centerline of
bearing.
12. Check pier cap and crossbeam top and bottom elevations and centerline of
bearing prior to and during concrete placement.
13. Establish grout pad locations and elevations.
14. Establish structure bearing locations and elevations, including locations of anchor
bolt assemblies.
15. Establish box girder bottom slab grades and locations.
16. Establish girder and/or web wall profiles and locations.
17. Establish diaphragm locations and centerline of bearing.
18. Establish roadway slab alignment, grades and provide dimensions from top of
girder to top of roadway slab. Set elevations for deck paving machine rails.
19. Establish traffic barrier and curb profile.
20. Profile all girders prior to the placement of any deadload or construction live load
that may affect the girder's profile.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
The Contractor shall submit the computed elevations at the top of bridge decks as a
Type 2 Working Drawing. The elevations shall be computed at tenth points along the
centerline of each girder web.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-16 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
The Contractor shall ensure a surveying accuracy within the following tolerances:
1. Stationing on structures
2. Alignment on structures
3. Superstructure elevations
4. Substructure
Vertical Horizontal
±0.02 feet
±0.02 feet
±0.01 feet
variation from
plan elevation
±0.02 feet
variation from
Plan grades.
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks
will not change the requirements for normal checking by the Contractor.
When staking the following items, the Contractor shall perform independent checks from
different secondary control to ensure that the points staked for these items are within the
specified survey accuracy tolerances:
Piles
Shafts
Footings
Columns
The Contractor shall calculate coordinates for the points associated with piles, shafts,
footings and columns. The Contracting Agency will verify these coordinates prior to
issuing approval to the Contractor for commencing with the survey work. The Contracting
Agency will require up to seven calendar days from the date the data is received to issuing
approval.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Payment
Payment will be made for the following bid item when included in the proposal
"Structure Surveying", lump sum.
The lump sum contract price for "Structure Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
(January 13, 2021 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying — Roadway
The Contracting Agency has provided primary survey control in the Plans.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-17 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing. Except for the survey control data to be furnished by
the Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the
length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed
on each shift, the methods utilized, and the control points used. The record shall be
adequate to allow the survey to be reproduced. A copy of each day's record shall be
provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of secondary
control to the Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and Pis) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet
beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown
in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
5. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater
than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-18 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at additional
points such that the transverse spacing of stakes is not more than 12 feet. If GPS
Machine Controls are used to provide grade control, then roadbed and surfacing
stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
new pavement to existing pavement. The Contractor shall submit these changes
to the Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
Slope stakes ±0.10 feet ±0.10 feet
Subgrade grade stakes set
0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment)
±0.1 feet (normal to alignment)
Stationing on roadway N/A
±0.1 feet
Alignment on roadway N/A
±0.04 feet
Surfacing grade stakes ±0.01 feet
±0.5 feet (parallel to alignment)
±0.1 feet (normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet
±0.2 feet (parallel to alignment)
±0.1 feet (normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks
will not change the requirements for normal checking by the Contractor.
CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT
SPA PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked are
within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with
the work. The Contracting Agency will require up to seven calendar days from the date
the data is received.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal:
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced,
or have work the Contractor refuses to perform completed by using Contracting Agency
or other forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of
loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-20 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
required, and costs for repair and replacement of work of others destroyed or damaged
by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following.
1-05.11 Final Inspections and Operational Testing
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion
Date. The Contractor's request shall list the specific items of work that remain to be
completed in order to reach physical completion. The Engineer will schedule an inspection
of the work with the Contractor to determine the status of completion. The Engineer may
also establish the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a final
inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-21 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the Contract, but
shall not imply acceptance of the work or that all the obligations of the Contractor under
the Contract have been fulfilled.
1-05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(April 12, 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the following:
Final acceptance date of the work shall be the date the Federal Way City Council
accepts the project as complete.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-22 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
1-05.13 Superintendents, Labor and E ui ment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice
of dispute, or other correspondence constituting notification required to be furnished under
the Contract, must be in paper format, hand delivered or sent via mail delivery service to
the Project Engineer's office. Electronic copies such as a -mails or electronically delivered
copies of correspondence will not constitute such notice and will not comply with the
requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes power
and water as a pay item.
1-05.17 As -Built Survey and Record Drawinas
(December 2, 2019 CFW GSP)
Section 1-05.17 is a new section:
As -Built Survey
After construction has been completed the Contractor shall perform an as -built survey and
provide the information (including point files) in AutoCAD 2019 or later version file to the
Engineer.
The applicable tolerance limits for the as -built survey include, but are not limited to the
following:
Vertical
Horizontal
As -built sanitary & storm invert and grate
± 0.01 foot
± 0.01 foot
elevations
As -built monumentation
± 0.001 foot
± 0.001 foot
As -built waterlines, inverts, valves,
± 0.10 foot
± 0.10 foot
hydrants
As -built ponds/swales/water features
± 0.10 foot
± 0.10 foot
As -built buildings (fin. Floor elev.)
± 0.01 foot
± 0.10 foot
As -built gas lines, power, TV, Tel, Com
± 0.10 foot
± 0.10 foot
As -built signs, signals, etc.
N/A
± 0.10 foot
This as -built survey shall consist of the following:
• Survey of rim elevation, sump elevations, and invert elevations of all storm
drainage structures installed, modified or left in place within the limits of this
contract. Storm pipe diameter and material; drainage structure type, size, lid type
(solid cover or grate, standard or heavy duty), and lid shape; model No. of CB
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-23 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
water quality treatment inserts installed, flowline of open channel conveyance
systems at 50-foot max. intervals, and retaining wall footing drains, including
cleanouts.
Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have
one survey shot in the center of the manhole or valve cover, or at the center of the
fire hydrant. Utility handholes and boxes shall have two shots on opposite corners
of the cover.
• Final curb elevations, with a minimum of 8 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb installed
in this contract (at flowline of the curbs).
• Final elevations at the front and back of walk throughout the project limits.
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of this
contract.
• Shots to delineate all channelization installed in this contract.
Record Drawings
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly identified
in red ink in a comprehensive manner on one set of full size Plans. These Record Drawing
shall be kept separate from other Plan sheets, and shall be clearly marked as Record
Drawings. The Record Drawings shall be kept on site, and shall be available for review
by the Contracting Agency at all times. The Contractor shall bring the Record Drawings
to each progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked -up drawings in electronic PDF format that are signed and certified by the
Contractor or their surveyor. The Certification on each page of the record drawings shall
state that said drawings are an accurate depiction of built conditions. City acceptance of
the Record Drawings is one of the requirements for achieving Physical Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that were
not shown on the approved construction drawings.
Accurate locations of storm drainage (including invert elevations), sanitary sewer,
water mains and other water appurtenances, structures, conduits, light standards,
vaults, width of roadways, sidewalks, landscaping areas, channelization and
pavement markings, etc. Record drawings shall reflect actual dimensions,
arrangement, and materials used when different than shown in the Plans. As -built
survey information shall be used to confirm information shown on record drawings.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-24 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
• 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.
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay
for all labor, equipment, materials, and supervision utilized to perform the work specified,
including any surveying, checking, correction of errors, preparation of record drawings,
and coordination efforts.
1-06 CONTROL OF MATERIAL
(August 6, 2012, WSDOT GSP, OPTION 1(A))
Section 1-06 is supplemented with the following:
Buy America
In accordance with Buy America requirements contained in 23 CFR 635.410, the major
quantities of steel and iron construction material that is permanently incorporated into the
project shall consist of American -made materials only. Buy America does not apply to
temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding
and falsework.
Minor amounts of foreign steel and iron may be utilized in this project provided the cost of
the foreign material used does not exceed one -tenth of one percent of the total contract
cost or $2,500.00, whichever is greater.
American -made material is defined as material having all manufacturing processes
occurring domestically. To further define the coverage, a domestic product is a
manufactured steel material that was produced in one of the 50 States, the District of
Columbia, Puerto Rico, or in the territories and possessions of the United States.
If domestically produced steel billets or iron ingots are exported outside of the area of
coverage, as defined above, for any manufacturing process then the resulting product
does not conform to the Buy America requirements. Additionally, products manufactured
domestically from foreign source steel billets or iron ingots do not conform to the Buy
America requirements because the initial melting and mixing of alloys to create the
material occurred in a foreign country.
Manufacturing begins with the initial melting and mixing, and continues through the coating
stage. Any process which modifies the chemical content, the physical size or shape, or
the final finish is considered a manufacturing process. The processes include rolling,
extruding, machining, bending, grinding, drilling, welding, and coating. The action of
applying a coating to steel or iron is deemed a manufacturing process. Coating includes
epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or
enhances the value of steel or iron. Any process from the original reduction from ore to
the finished product constitutes a manufacturing process for iron.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-25 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and
alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced
iron ore.
The following are considered to be steel manufacturing processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or containing,
steel or iron construction materials prior to such items being incorporated into the
permanent work. The certification shall be on DOT Form 350-109EF provided by the
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350-109EF.
1-06.2 Acceptance of Materials
1.06.2 1 Samples and Tests for Acceptance
(DASH-47TH PROJECT GSP)
Section 1-06.2(1) is supplemented with the following:
The Contractor will be responsible to hire an independent, third -party testing company to
conduct testing such as gradation, concrete compressive strength, and compaction
testing. The testing company shall be designated as a WSDOT-certified testing firm.
The testing company shall provide prompt results. Original test results shall be sent to the
City's Project Engineer and Field Inspector. Email delivery of test results is acceptable.
Copies of test results shall also be sent to the Prime Contractor.
Contractor shall cooperate with testing company's personnel and provide access to work
to be tested. Contractor shall be responsible to notify testing company in advance of
operations requiring testing and inspection services. If Contractor does not coordinate for
testing services with sufficient advance notice, they are responsible for any delays caused
by the inability to proceed with work due to lack of testing. This will not be grounds for
assignment of a non -working day.
Required tests and frequency shall be in conformance with the WSDOT Construction
Manual.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-26 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
"Material Testing" shall be measured on a lump sum basis and shall include all material
testing required for the project.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction
of the project. Approval of such material use shall be as detailed elsewhere in the
Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section
9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1-07 LEGAL RELATIONS -AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's Plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely
and completely responsible for the conditions of the project site, including safety for all
persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-27 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
Section 1-07.1 is supplemented with the following:
(April 3, 2006 WSDOT GSP, OPTION 3)
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be sent
to the contracting agency at least 30 days prior to the Contractor beginning work in or
adjacent to the confined space. No work shall be performed in or adjacent to the confined
space until the plan is submitted to the Engineer as required. The Contractor 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:
(May 13, 2020 WSDOT GSP, OPTION 4)
In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health
and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented in these
specifications, COVID-19 Health and Safety Plan (CHSP).
1-07.2 State Taxes
Delete this section, including its sub -sections, in its entirety and replace it with the following
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a
Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-28 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.20) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines when
such are part of the roadway lighting system. For work performed in such cases,
the Contractor shall include Washington State Retail Sales Taxes in the various
unit Bid item prices, or other Contract amounts, including those that the Contractor
pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full Contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason,
the Contractor shall not include the retail sales tax in the unit Bid item prices, or in
any other Contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools, machinery,
equipment, or consumable supplies not integrated into the project. Such sales
taxes shall be included in the unit Bid item prices or in any other Contract amount.
1-07.2(31 Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.4 Sanitation
Section 1-07.4(2) is supplemented with the following.
1-07.4(2) Health Hazards
(May 13, 2020, WSDOT GSP, OPTION 2)
COVID-19 Health & Safety Plan (CHSP)
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-29 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The Contractor shall prepare a project specific COVID-19 health and safety plan (CHSP).
The CHSP shall be prepared and submitted as a Type 2 working drawing prior to beginning
physical Work. The CHSP shall be based on the most current State and Federal
requirements. If the State or Federal requirements are revised, the CHSP shall be
updated as necessary to conform to the current requirements.
The Contractor shall update and resubmit the CHSP as the work progresses and new
activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the
conditions change on the project, or a particular activity, the Contractor shall update and
resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance
with the CHSP.
The CHSP shall address the health and safety of all people associated with the project
including State workers in the field, Contractor personnel, consultants, project staff,
subcontractors, suppliers and anyone on the project site, staging areas, or yards.
COVID-19 Health and Safety Plan (CHSP) Inspection
The Contractor shall grant full and unrestricted access to the Engineer for CHSP
Inspections. The Engineer (or designee) will conduct periodic compliance inspections on
the project site, staging areas, or yards to verify that any ongoing work activity is following
the CHSP plan. If the Engineer becomes aware of a noncompliance incident either
through a site inspection or other means, the Contractor will be notified immediately (within
1 hour). The contractor shall immediately remedy the noncompliance incident or suspend
all or part of the associated work activity. The Contractor shall satisfy the Engineer that
the noncompliance incident has been corrected before the suspension will end.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9 Wades
1-07.91 General
(January 13, 2021 WSDOT GSP, OPTION 1)
Section 1-07.9(1) is supplemented with the following:
The Federal wage rates incorporated in this contract have been established by the
Secretary of Labor under United States Department of Labor General Decision No.
WA20201001.
The State rates incorporated in this contract are applicable to all construction activities
associated with this contract.
(April 2, 2007 WSDOT GSP, OPTION 4)
Application of Wage Rates For The Occupation Of Landscape Construction
State prevailing wage rates for public works contracts are included in this contract and
show a separate listing for the occupation:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-30 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
Landscape Construction, which includes several different occupation descriptions
such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power
Equipment Operators, and Landscaping or Planting Laborers.
In addition, federal wage rates that are included in this contract may also include occupation
descriptions in Federal Occupational groups for work also specifically identified with
landscaping such as:
Laborers with the occupation description, Landscaping or Planting, or
Power Equipment Operators with the occupation description, Mulch Seeding Operator.
If Federal wage rates include one or more rates specified as applicable to landscaping work,
then Federal wage rates for all occupation descriptions, specific or general, must be
considered and compared with corresponding State wage rates. The higher wage rate, either
State or Federal, becomes the minimum wage rate for the work performed in that occupation.
Contractors are responsible for determining the appropriate crafts necessary to perform the
contract work. If a classification considered necessary for performance of the work is missing
from the Federal Wage Determination applicable to the contract, the Contractor shall initiate
a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and
submit Standard Form 1444, Request for Authorization of Additional Classification and Wage
Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the
Engineer's office. The presence of a classification wage on the Washington State Prevailing
Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the
purpose of determining a federal classification wage rate.
1-07.9 5 Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and
Certified Payrolls, including a signed Statement of Compliance for Federal -aid
projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage
Intent & Affidavit (PWIA) system.
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall
submit to the Engineer the following for themselves and for each firm covered under
RCW 39.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form
number F700-029-000. The Contracting Agency will make no payment under
this Contract until this statement has been approved by State L&I and reviewed
by the Engineer.
2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007-
000. The Contracting Agency will not grant Completion until all approved
Affidavit of Wages paid for the Contractor and all Subcontractors have been
received by the Engineer. The Contracting Agency will not release to the
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-31 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
Contractor any funds retained under RCW 60.28.011 until "Affidavit of
Prevailing Wages Paid" forms have been approved by State L&I and all of the
approved forms have been submitted to the Engineer for every firm that worked
on the Contract.
The Contractor is responsible for requesting these forms from State L&I and for paying
any fees required by State L&I.
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted
weekly on all Federal -aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed
deadlines, any or all payments may be withheld until compliance is achieved. In
addition, failure to provide these payrolls may result in other sanctions as provided by
State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12).
1-07.11 Requirements for Nondiscrimination
(September 3, 2019 WSDOT GSP, OPTION 1)
Section 1-07.11 is supplemented with the following:
Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order
11246
1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard
Federal Equal Employment Opportunity Construction Contract Specifications set forth
herein.
The goals and timetables for minority and female participation set by the Office of
Federal Contract Compliance Programs, expressed in percentage terms for the
Contractor's aggregate work force in each construction craft and in each trade on all
construction work in the covered area, are as follows:
Women - Statewide
Timetable
Until further notice
Goal
6.9%
Minorities - by Standard Metropolitan Statistical Area {SMSA
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
WA Spokane.
Non-SMSA Counties 3.0
WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA
Lincoln, WA Pend Oreille; WA Stevens; WA Whitman.
Richland, WA:
SMSA Counties:
Richland Kennewick, WA 5.4
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-32 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
WA Benton; WA Franklin,
Non-SMSA Counties
WA Walla Walla.
Yakima, WA:
SMSA Counties:
Yakima, WA
WAYakima.
Non-SMSA Counties
WA Chelan; WA Douglas; WA Grant;
3.6
9.7
7.2
WA Kittitas; WA Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
WA King; WA Snohomish.
Tacoma, WA 6.2
WA Pierce.
Non-SMSA Counties 6.1
WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap;
WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA
Thurston; WA Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA 4.5
WA Clark.
Non-SMSA Counties 3.8
WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site construction
workforce, regardless of whether or not part of that workforce is performing work on a
Federal, or federally assisted project, contract, or subcontract until further notice.
Compliance with these goals and time tables is enforced by the Office of Federal
Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR
Part 60-4 shall be based on its implementation of the Equal Opportunity Clause,
specific affirmative action obligations required by the specifications set forth in 41 CFR
60-4.3(a), and its efforts to meet the goals. The hours of minority and female
employment and training must be substantially uniform throughout the length of the
contract, in each construction craft and in each trade, and the Contractor shall make
a good faith effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goal shall be a
violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Office of Federal Contract
Compliance Programs (OFCCP) within 10 working days of award of any construction
subcontract in excess of $10,000 or more that are Federally funded, at any tier for
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-33 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
construction work under the contract resulting from this solicitation. The notification
shall list the name, address and telephone number of the Subcontractor; employer
identification number of the Subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the geographical area
in which the contract is to be performed. The notification shall be sent to:
U.S. Department of Labor
Office of Federal Contract Compliance Programs Pacific Region
Attn: Regional Director
San Francisco Federal Building
90 — 7th Street, Suite 18-300
San Francisco, CA 94103(415) 625-7800 Phone
(415) 625-7799 Fax
Additional information may be found at the U.S. Department of Labor website:
http://www.dol.gov/ofccp/TAguides/ctaguide.htm
4. As used in this Notice, and in the contract resulting from this solicitation, the Covered
Area is as designated herein.
Standard Federal Equal Employment Opportunity Construction_ Contract
Specifications (Executive Order 11246)
1. As used in these specifications:
a. Covered Area means the geographical area described in the solicitation
from which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance
Programs, United States Department of Labor, or any person to whom
the Director delegates authority;
c. Employer Identification Number means the Federal Social Security
number used on the Employer's Quarterly Federal Tax Return, U. S.
Treasury Department Form 941;
d. Minority includes:
(1) Black, a person having origins in any of the Black Racial Groups
of Africa.
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person
of Mexican, Puerto Rican, Cuban, Central American, South
American, or other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the
original peoples of the Pacific rim or the Pacific Islands, the
Hawaiian Islands and Samoa.
(4) American Indian or Alaskan Native, a person having origins in
any of the original peoples of North America, and who maintain
cultural identification through tribal affiliation or community
recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a
portion of the work involving any construction trade, it shall physically include
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-34 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
in each subcontract in excess of $10,000 the provisions of these specifications
and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract
resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan.
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any
covered Contractor's or Subcontractor's failure to take good faith effort to
achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7p of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas
where they do not have a Federal or federally assisted construction contract
shall apply the minority and female goals established for the geographical area
where the work is being performed. The Contractor is expected to make
substantially uniform progress in meeting its goals in each craft during the
period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure
by a union with whom the Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the Contractor's obligations under
these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be employed
by the Contractor during the training period, and the Contractor must have
made a commitment to employ the apprentices and trainees at the completion
of their training, subject to the availability of employment opportunities.
Trainees must be trained pursuant to training programs approved by the U.S.
Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its action. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-35 PROJECT 36217
CFW SPECIAL PROVISIONS VER, 2021 018
a. Ensure and maintain a working environment free of harassment,
intimidation, and coercion at all sites, and in all facilities at which the
Contractor's employees are assigned to work. The Contractor, where
possible, will assign two or more women to each construction project.
The Contractor shall specifically ensure that all foremen,
superintendents, and other on -site supervisory personnel are aware of
and carry out the Contractor's obligation to maintain such a working
environment, with specific attention to minority or female individuals
working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its
unions have employment opportunities available, and maintain a record
of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers
of each minority and female off -the -street applicant and minority or
female referral from a union, a recruitment source or community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union or, if referred,
not employed by the Contractor, this shall be documented in the file
with the reason therefor, along with whatever additional actions the
Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement
has not referred to the Contractor a minority person or woman sent by
the Contractor, or when the Contractor has other information that the
union referral process has impeded the Contractor's efforts to meet its
obligations.
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee
programs relevant to the Contractor's employment needs, especially
those programs funded or approved by the U.S. Department of Labor.
The Contractor shall provide notice of these programs to the sources
compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the
policy to unions and training programs and requesting their cooperation
in assisting the Contractor in meeting its EEO obligations; by including
it in any policy manual and collective bargaining agreement; by
publicizing it in the company newspaper, annual report, etc.; by specific
review of the policy with all management personnel and with all minority
and female employees at least once a year; and by posting the
company EEO policy on bulletin boards accessible to all employees at
each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative
action obligations under these specifications with all employees having
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-36 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
any responsibility for hiring, assignment, layoff, termination or other
employment decisions including specific review of these items with on -
site supervisory personnel such as Superintendents, General Foremen,
etc., prior to the initiation of construction work at any job site. A written
record shall be made and maintained identifying the time and place of
these meetings, persons attending, subject matter discussed, and
disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in
any advertising in the news media, specifically including minority and
female news media, and providing written notification to and discussing
the Contractor's EEO policy with other Contractors and Subcontractors
with whom the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority, female
and community organizations, to schools with minority and female
students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the
acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to
organizations such as the above, describing the openings, screening
procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other
minority persons and women and where reasonable, provide after
school, summer and vacation employment to minority and female youth
both on the site and in other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation of all minority
and female personnel for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate training,
etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments
and other personnel practices, do not have a discriminatory effect by
continually monitoring all personnel and employment related activities
to ensure that the EEO policy and the Contractor's obligations under
these specifications are being carried out.
n. Ensure that all facilities and company activities are non -segregated
except that separate or single -user toilet and necessary changing
facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-37 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative action obligations (7a through
7p). The efforts of a contractor association, joint contractor -union, contractor -
community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of the obligations
under 7a through 7p of this Special Provision provided that the Contractor
actively participates in the group, makes every effort to assure that the group
has a positive impact on the employment of minorities and women in the
industry, ensure that the concrete benefits of the program are reflected in the
Contractor's minority and female work -force participation, makes a good faith
effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrate the effectiveness of actions taken on behalf
of the Contractor. The obligation to comply, however, is the Contractor's and
failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groups, both male and
female, and all women, both minority and non -minority. Consequently, the
Contractor may be in violation of the Executive Order if a particular group is
employed in substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the Contractor may be
in violation of the Executive Order if a specific minority group of women is
underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion,
sex, or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of
these specifications and of the Equal Opportunity Clause, including
suspensions, terminations and cancellations of existing subcontracts as may
be imposed or ordered pursuant to Executive Order 11246, as amended, and
its implementing regulations by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions and penalties
shall be in violation of these specifications and Executive Order 11246, as
amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to achieve
maximum results from its efforts to ensure equal employment opportunity. If
the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as may be required by the
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-38 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
government and to keep records. Records shall at least include, for each
employee, their name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or
laborer), dates of changes in status, hours worked per week in the indicated
trade, rate of pay, and locations at which the work was performed. Records
shall be maintained in an easily understandable and retrievable form; however,
to the degree that existing records satisfy this requirement, the Contractors will
not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application
of other laws which establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
16. Additional assistance for Federal Construction Contractors on contracts
administered by Washington State Department of Transportation or by Local
Agencies may be found at:
Washington State Dept. of Transportation
Office of Equal Opportunity
PO Box 47314
310 Maple Park Ave. SE
Olympia WA
98504-7314
Ph: 360-705-7090
Fax: 360-705-6801
http://www.wsdot.wa.gov/equalopportunity/default.htm
(October 1, 2020, APWA GSP, OPTION B)
Supplement this section with the following.
Disadvantaged Business Enterprise Participation
The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and
USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract.
Demonstrating compliance with these Specifications is a Condition of Award (COA) of this
Contract. Failure to comply with the requirements of this Specification may result in your
Bid being found to be nonresponsive resulting in rejection or other sanctions as provided
by Contract.
DBE Abbreviations and Definitions
Broker — A business firm that provides a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement of
essential personnel, facilities, equipment, materials, or supplies required for the
performance of the Contract; or, persons/companies who arrange or expedite
transactions.
Certified Business Description — Specific descriptions of work the DBE is
certified to perform, as identified in the Certified Firm Directory, under the Vendor
Information page.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-39 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Certified Firm Directory —A database of all Minority, Women, and Disadvantaged
Business Enterprises currently certified by Washington State. The on-line Directory
is available to Contractors for their use in identifying and soliciting interest from
DBE firms. The database is located under the Firm Certification section of the
Diversity Management and Compliance System web page at:
https://omwbe.diversitycompliance.com.
Commercially Useful Function (CUF) — 49 CFR 26.55(c)(1) defines
commercially useful function as: "A DBE performs a commercially useful function
when it is responsible for execution of the work of the contract and is carrying out
its responsibilities by actually performing, managing, and supervising the work
involved. To perform a commercially useful function, the DBE must also be
responsible, with respect to materials and supplies used on the contract, for
negotiating price, determining quality and quantity, ordering the material, and
installing (where applicable) and paying for the material itself. To determine
whether a DBE is performing a commercially useful function, you must evaluate
the amount of work subcontracted, industry practices, whether the amount the firm
is to be paid under the contract is commensurate with the work it is actually
performing and the DBE credit claimed for its performance of the work, and other
relevant factors."
Disadvantaged Business Enterprise (DBE) — A business firm certified by the
Washington State Office of Minority and Women's Business Enterprises, as
meeting the criteria outlined in 49 CFR 26 regarding DBE certification.
Force Account Work — Work measured and paid in accordance with Section 1-
09.6.
Good Faith Efforts — Efforts to achieve the DBE COA Goal or other requirements
of this part which, by their scope, intensity, and appropriateness to the objective,
can reasonably be expected to fulfill the program requirement.
Manufacturer (DBE) — A DBE firm that operates or maintains a factory or
establishment that produces on the premises the materials, supplies, articles, or
equipment required under the Contract. A DBE Manufacturer shall produce
finished goods or products from raw or unfinished material or purchase and
substantially alters goods and materials to make them suitable for construction use
before reselling them.
Reasonable Fee (DBE) — For purposes of Brokers or service providers a
reasonable fee shall not exceed 5% of the total cost of the goods or services
brokered.
Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store,
warehouse, or other establishment in which the materials or supplies required for
the performance of a Contract are bought, kept in stock, and regularly sold to the
public in the usual course of business. To be a Regular Dealer, the DBE firm must
be an established regular business that engages in as its principal business and
in its own name the purchase and sale of the products in question. A Regular
Dealer in such items as steel, cement, gravel, stone, and petroleum products need
not own, operate or maintain a place of business if it both owns and operates
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-40 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
distribution equipment for the products. Any supplementing of regular dealers' own
distribution equipment shall be by long-term formal lease agreements and not on
an ad -hoc basis. Brokers, packagers, manufacturers' representatives, or other
persons who arrange or expedite transactions shall not be regarded as Regular
Dealers within the meaning of this definition.
DBE Commitment — The dollar amount the Bidder indicates they will be
subcontracting to be applied towards the DBE Condition of Award Goal as shown
on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE
Commitment amount will be incorporated into the Contract and shall be considered
a Contract requirement. The Contractor shall utilize the COA DBEs to perform the
work and supply the materials for which they are committed. Any changes to the
DBE Commitment require the Engineer's prior written approval.
DBE Condition of Award (COA) Goal — An assigned numerical amount specified
as a percentage of the Contract. Initially, this is the minimum amount that the
Bidder must commit to by submission of the Utilization Certification Form and/or
by Good Faith Effort (GFE).
DBE COA Goal
The Contracting Agency has established a DBE COA Goal for this Contract in the amount
of fifteen percent (15%).
Crediting DBE Participation
Subcontractors proposed as COA must be certified prior to the due date for bids on the
Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on
which they are participating is executed.
DBE participation is only credited upon payment to the DBE.
The following are some definitions of what may be counted as DBE participation.
DBE Prime Contractor
Only take credit for that portion of the total dollar value of the Contract equal to the
distinct, clearly defined portion of the Work that the DBE Prime Contractor performs
with its own forces and is certified to perform.
DBE Subcontractor
Only take credit for that portion of the total dollar value of the subcontract that is
equal to the distinct, clearly defined portion of the Work that the DBE performs with
its own forces and is certified to perform. The value of work performed by the DBE
includes the cost of supplies and materials purchased by the DBE and equipment
leased by the DBE, for its work on the contract. Supplies, materials or equipment
obtained by a DBE that are not utilized or incorporated in the contract work by the
DBE will not be eligible for DBE credit.
The supplies, materials, and equipment purchased or leased from the Contractor
or its affiliate, including any Contractor's resources available to DBE
subcontractors at no cost, shall not be credited.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-41 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.018
DBE credit will not be given in instances where the equipment lease includes the
operator. The DBE is expected to operate the equipment used in the performance
of its work under the contract with its own forces. Situations where equipment is
leased and used by the DBE, but payment is deducted from the Contractor's
payment to the DBE is not allowed.
When the subcontractor is part of a DBE Commitment, the following apply:
1. If a DBE subcontracts a portion of the Work of its contract to another firm,
the value of the subcontracted Work may be counted toward the DBE
COA Goal only if the Lower -Tier Subcontractor is also a DBE.
2. Work subcontracted to a Lower -Tier Subcontractor that is a DBE, may be
counted toward the DBE COA Goal.
3. Work subcontracted to a non -DBE does not count towards the DBE COA
Goal.
DBE Subcontract and Lower Tier Subcontract Documents
There must be a subcontract agreement that complies with 49 CFR Part 26 and
fully describes the distinct elements of Work committed to be performed by the
DBE.
DBE Service Provider
The value of fees or commissions charged by a DBE firm behaving in a manner of
a Broker, or another service provider for providing a bona fide service, such as
professional, technical, consultant, managerial services, or for providing bonds or
insurance specifically required for the performance of the contract will only be
credited as DBE participation, if the fee/commission is determined by the
Contracting Agency to be reasonable and the firm has performed a CUF.
Force Account Work
When the Bidder elects to utilize force account Work to meet the DBE COA Goal,
as demonstrated by listing this force account Work on the DBE Utilization
Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of
the Proposal amount shall be credited toward the Bidder's Commitment to meet
the DBE COA Goal.
One hundred percent of the actual amounts paid to the DBE for the force account
Work shall be credited towards the DBE COA Goal or DBE participation.
Temporary Traffic Control
If the DBE firm only provides "Flagging", the DBE firm must provide a Traffic
Control Supervisor (TCS) and flagger, which are under the direct control of the
DBE. The DBE firm shall also provide all flagging equipment for it's employees
(e.g. paddles, hard hats, and vests).
If the DBE firm provides "Traffic Control Services", the DBE firm must provide a
TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in
total control of all items in implementing the traffic control for the project.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-42 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Trucking
DBE trucking firm participation may only be credited as DBE participation for the
value of the hauling services, not for the materials being hauled unless the trucking
firm is also certified as a supplier of those materials. In situations where the DBE's
work is priced per ton, the value of the hauling service must be calculated
separately from the value of the materials in order to determine DBE credit for
hauling
The DBE trucking firm must own and operate at least one licensed, insured and
operational truck on the contract. The truck must be of the type that is necessary
to perform the hauling duties required under the contract. The DBE receives credit
for the value of the transportation services it provides on the Contract using trucks
it owns or leases, licenses, insures, and operates with drivers it employs.
The DBE may lease additional trucks from another DBE firm. The DBE who leases
additional trucks from another DBE firm receives credit for the value of the
transportation services the lessee DBE provides on the Contract.
The trucking Work subcontracted to any non -DBE trucking firm will not receive
credit for Work done on the project.
The DBE may lease trucks from a truck leasing company (recognized truck rental
center), but can only receive credit towards DBE participation if the DBE uses its
own employees as drivers.
DBE Manufacturer and DBE Regular Dealer
One hundred percent (100%) of the cost of the manufactured product obtained
from a DBE manufacturer may count towards the DBE COA Goal.
Sixty percent (60%) of the cost of materials or supplies purchased from a DBE
Regular Dealer may be credited towards the DBE Goal. If the role of the DBE
Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited
to the fee or commission it receives for its services. Regular Dealer status and the
amount of credit is determined on a Contract -by -Contract basis.
DBE firms proposed to be used as a Regular Dealer must be approved before
being listed as a COA/used on a project. The WSDOT Approved Regular Dealer
list published on WSDOT's Office of Equal Opportunity (OEO) web site must
include the specific project for which approval is being requested. For purposes of
the DBE COA Goal participation, the Regular Dealer must submit the Regular
Dealer Status Request form a minimum of five calendar days prior to bid opening.
Purchase of materials or supplies from a DBE which is neither a manufacturer nor
a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance
in the procurement of the materials and supplies, or fees or transportation charges
for the delivery of materials or supplies required on a job site, may count towards
the DBE COA goal provided the fees are not excessive as compared with fees
customarily allowed for similar services. Documentation will be required to support
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-43 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
the fee/commission charged by the DBE. The cost of the materials and supplies
themselves cannot be counted toward the DBE COA Goal.
Note: Requests to be listed as a Regular Dealer will only be processed if the
requesting firm is a material supplier certified by the Office of Minority and
Women's Business Enterprises in a NAICS code that falls within the
42XXXX NAICS Wholesale code section.
Disadvantaged Business Enterprise Utilization
To be eligible for award of the Contract, the Bidder shall properly complete and submit a
Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder's sealed
Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's DBE
Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE
COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the
Proposal package for this purpose as well as instructions on how to properly fill out the
form.
The Bidder is advised that the items listed below when listed in the Utilization Certification
must have their amounts reduced to the percentages shown and those reduced amounts
will be the amount applied towards meeting the DBE COA Goal.
Force account at 50%
Regular dealer at 60%
In the event of arithmetic errors in completing the DBE Utilization Certification, the amount
listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE
total amount shall be adjusted accordingly.
Note: The Contracting Agency shall consider as non -responsive and shall reject any Bid
Proposal submitted that does not contain a DBE Utilization Certification Form that
accurately demonstrates how the Bidder intends to meet the DBE COA Goal.
Disadvantaged Business Enterprise Written Confirmation Document(s)
The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written
Confirmation Document (completed and signed by the DBE) for each DBE firm listed in
the Bidder's completed DBE Utilization Certification submitted with the Bid. Failure to do
so will result in the associated participation being disallowed, which may cause the Bid to
be determined to be nonresponsive resulting in Bid rejection.
The Confirmation Documents provide confirmation from the DBEs that they are
participating in the Contract as provided in the Bidder's Commitment. The Confirmation
Documents must be consistent with the Utilization Certification.
A DBE Written Confirmation Document (form No. 422-031) is included in the Proposal
package for this purpose.
The form(s) shall be received as specified in the special provisions for Section 1-02.9
Delivery of Proposal.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-44 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document
with any part of the form left blank. Should the Contracting Agency determine that an
incomplete Written Confirmation Document was signed by a DBE, the validity of the
document comes into question. The associated DBE participation may not receive credit.
Selection of Successful Bidder/Good Faith Efforts (GFE)
The successful Bidder shall be selected on the basis of having submitted the lowest
responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The
Contracting Agency, at any time during the selection process, may request a breakdown
of the bid items and amounts that are counted towards the overall contract goal for any of
the DBEs listed on the DBE Utilization Certification.
Achieving the DBE COA Goal may be accomplished in one of two ways:
1. BV meeting the DBE COA Goal
Submission of the DBE Utilization Certification, supporting DBE Written
Confirmation Document(s) showing the Bidder has obtained enough DBE
participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown
and the DBE Trucking Credit Form, if applicable.
2. By documentation that the Bidder made adequate GFE to meet the DBE COAGoal
The Bidder may demonstrate a GFE in whole or part through GFE documentation
ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have
been unsuccessful. The Bidder must supply GFE documentation in addition to the
DBE Utilization Certification, supporting DBE Written Confirmation Document(s),
the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if
applicable.
Note: In the case where a Bidder is awarded the contract based on demonstrating
adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder
shall demonstrate a GFE during the life of the Contract to attain the advertised
DBE COA Goal.
GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit
Form, if applicable, shall be submitted as specified in Section 1-02.9.
The Contracting Agency will review the GFE documentation and will determine if the
Bidder made an adequate good faith effort.
Good Faith Effort (GFE) Documentation
GFE is evaluated when:
Determining award of a Contract that has COA goal,
2. When a COA DBE is terminated and substitution is required, and
3. Prior to Physical Completion when determining whether the Contractor has
satisfied its DBE commitments.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-45 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself,
demonstrate adequate good faith efforts. The following is a list of types of actions, which
would be considered as part of the Bidder's GFE to achieve DBE participation. It is not
intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive.
Other factors or types of efforts may be relevant in appropriate cases.
Soliciting through all reasonable and available means (e.g. attendance at pre -bid
meetings, advertising and/or written notices) the interest of all certified DBEs who
have the capability to perform the Work of the Contract. The Bidder must solicit
this interest within sufficient time to allow the DBEs to respond to the solicitation.
The Bidder must determine with certainty if the DBEs are interested by taking
appropriate steps to follow up initial solicitations.
2. Selecting portions of the Work to be performed by DBEs in order to increase the
likelihood that the DBE COA Goal will be achieved. This includes, where
appropriate, breaking out contract Work items into economically feasible units to
facilitate DBE participation, even when the Contractor might otherwise prefer to
perform these Work items with its own forces.
3. Providing interested DBEs with adequate information about the Plans,
Specifications, and requirements of the Contract in a timely manner to assist them
in responding to a solicitation.
a. Negotiating in good faith with interested DBEs. It is the Bidder's
responsibility to make a portion of the Work available to DBE
subcontractors and suppliers and to select those portions of the Work or
material needs consistent with the available DBE subcontractors and
suppliers, so as to facilitate DBE participation. Evidence of such negotiation
includes the names, addresses, and telephone numbers of DBEs that were
considered; a description of the information provided regarding the Plans
and Specifications for the Work selected for subcontracting; and evidence
as to why additional agreements could not be reached for DBEs to perform
the Work.
b. A Bidder using good business judgment would consider a number of factors
in negotiating with subcontractors, including DBE subcontractors, and
would take a firm's price and capabilities as well as the DBE COA Goal into
consideration. However, the fact that there may be some additional costs
involved in finding and using DBEs is not in itself sufficient reason for a
Bidder's failure to meet the DBE COA Goal, as long as such costs are
reasonable. Also, the ability or desire of a Bidder to perform the Work of a
Contract with its own organization does not relieve the Bidder of the
responsibility to make Good Faith Efforts. Bidders are not, however,
required to accept higher quotes from DBEs if the price difference is
excessive or unreasonable.
4. Not rejecting DBEs as being unqualified without sound reasons based on a
thorough investigation of their capabilities. The Bidder's standing within its industry,
membership in specific groups, organizations, or associations and political or
social affiliations (for example union vs. non -union employee status) are not
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-46 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
legitimate causes for the rejection or non -solicitation of bids in the Bidder's efforts
to meet the DBE COA Goal.
5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or
insurance as required by the recipient or Bidder.
6. Making efforts to assist interested DBEs in obtaining necessary equipment,
supplies, materials, or related assistance or services.
7. Effectively using the services of available minority/women community
organizations; minority/women contractors' groups; local, State, and Federal
minority/women business assistance offices; and other organizations as allowed
on a case -by -case basis to provide assistance in the recruitment and placement
of DBEs.
8. Documentation of GFE must include copies of each DBE and non -DBE
subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is
selected over a DBE for Work on the Contract. (ref. updated DBE regulations —
26.53(b)(2)(vi) & App. A)
Administrative Reconsideration of GFE Documentation
A Bidder has the right to request reconsideration if the GFE documentation submitted with
their Bid was determined to be inadequate.
■ The Bidder must request within 48 hours of notification of being nonresponsive or
forfeit the right to reconsideration.
• The reconsideration decision on the adequacy of the Bidder's GFE documentation
shall be made by an official who did not take part in the original determination.
• Only original GFE documentation submitted as a supplement to the Bid shall be
considered. The Bidder shall not introduce new documentation at the
reconsideration hearing.
• The Bidder shall have the opportunity to meet in person with the official for the
purpose of setting forth the Bidder's position as to why the GFE documentation
demonstrates a sufficient effort.
• The reconsideration official shall provide the Bidder with a written decision on
reconsideration within five working days of the hearing explaining the basis for their
finding.
DBE Bid Item Breakdown
The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272-054) as
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal.
DBE Trucking Credit Form
The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as
specified in the Special Provisions for Section 1-02.9, Delivery of Proposal.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-47 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the
DBE Utilization Certification as a subcontractor for "Trucking" or "Hauling"
and are performing a part of a bid item. For example, if the item of Work is
Structure Excavation including Haul, and another firm is doing the
excavation and the DBE Trucking firm is doing the haul, the form is
required. For a DBE subcontractor that is responsible for an entire item of
work that may require some use of trucks, the form is not required.
Procedures between Award and Execution
After Award and prior to Execution, the Contractor shall provide the additional information
described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal
bond or deposit.
1. A list of all firms who submitted a bid or quote in attempt to participate in this project
whether they were successful or not. Include the business name and mailing
address.
Note: The firms identified by the Contractor may be contacted by the Contracting Agency
to solicit general information as follows: age of the firm and average of its gross
annual receipts over the past three -years.
Procedures after Execution
Commercially Useful Function (CUF)
The Contractor may only take credit for the payments made for Work performed
by a DBE that is determined to be performing a CUF. Payment must be
commensurate with the work actually performed by the DBE. This applies to all
DBEs performing Work on a project, whether or not the DBEs are COA, if the
Contractor wants to receive credit for their participation. The Engineer will conduct
CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a
CUF when it is carrying out its responsibilities of its contract by actually performing,
managing, and supervising the Work involved. The DBE must be responsible for
negotiating price; determining quality and quantity; ordering the material, installing
(where applicable); and paying for the material itself. If a DBE does not perform
"all" of these functions on a furnish -and -install contract, it has not performed a CUF
and the cost of materials cannot be counted toward DBE COA Goal. Leasing of
equipment from a leasing company is allowed. However, leasing/purchasing
equipment from the Contractor is not allowed. Lease agreements shall be provided
prior to the Subcontractor beginning Work. Any use of the Contractor's equipment
by a DBE may not be credited as countable participation.
The DBE does not perform a CUF if its role is limited to that of an extra participant
in a transaction, contract, or project through which the funds are passed in order
to obtain the appearance of DBE participation.
In order for a DBE traffic control company to be considered to be performing a
CUF, the DBE must be in control of its work inclusive of supervision. The DBE
shall employ a Traffic Control Supervisor who is directly involved in the
management and supervision of the traffic control employees and services.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-48 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The following are some of the factors that the Engineer will use in determining
whether a DBE trucking company is performing a CUF:
• The DBE shall be responsible for the management and supervision of the
entire trucking operation for which it is responsible on the contract. The
owner demonstrates business related knowledge, shows up on site and is
determined to be actively running the business.
The DBE shall own and operate at least one fully licensed, insured, and
operational truck used on the Contract. The drivers of the trucks owned
and leased by the DBE must be exclusively employed by the DBE and
reflected on the DBE's payroll.
• Lease agreements for trucks shall indicate that the DBE has exclusive use
of and control over the truck(s). This does not preclude the leased truck
from working for others provided it is with the consent of the DBE and the
lease provides the DBE absolute priority for use of the leased truck.
• Leased trucks shall display the name and identification number of the
DBE.
UDBE/DBE/FSBE Truck Unit Listing Log
In addition to the subcontracting requirements of Section 1-08.1, each DBE
trucking firm shall submit supplemental information consisting of a completed
Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy
of vehicle registrations, and all Rental/Lease agreements (if applicable). The
supplemental information shall be submitted to the Engineer prior to any trucking
services being performed for DBE credit. Incomplete or incorrect supplemental
information will be returned for correction. The corrected Primary
UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary
UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the
Engineer no later than ten calendar days of utilizing applicable trucks. Failure to
submit or update the DBE Truck Unit Listing Log may result in trucks not being
credited as DBE participation.
Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit
Listing Log for each day that the DBE performs trucking services for DBE credit.
The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to
the Engineer by Friday of the week after the work was performed.
Joint Checking
A joint check is a check between a Subcontractor and the Contractor to the supplier
of materials/supplies. The check is issued by the Contractor as payer to the
Subcontractor and the material supplier jointly for items to be incorporated into the
project. The DBE must release the check to the supplier, while the Contractor acts
solely as the guarantor.
Ajoint check agreement must be approved by the Engineer and requested by the
DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to
its use. The form must accompany the DBE Joint Check Agreement between the
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-49 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
parties involved, including the conditions of the arrangement and expected use of
the joint checks.
The approval to use joint checks and the use will be closely monitored by the
Engineer. To receive DBE credit for performing a CUF with respect to obtaining
materials and supplies, a DBE must "be responsible for negotiating price,
determining quality and quantity, ordering the material, installing and paying for the
material itself." The Contractor shall submit DBE Joint Check Request Form to the
Engineer and be in receipt of written approval prior to using a joint check.
Material costs paid by the Contractor directly to the material supplier are not
allowed. If proper procedures are not followed or the Engineer determines that the
arrangement results in lack of independence for the DBE involved, no DBE credit
will be given for the DBE's participation as it relates to the material cost.
Prompt Payment
Prompt payment to all subcontractors shall be in accordance with Section 1-08.1.
Prompt payment requirements apply to progress payments as well as return of
retainage.
Subcontracts
Prior to a DBE performing Work on the Contract, an executed subcontract between
the DBE and the Contractor shall be submitted to the Engineer. The executed
subcontracts shall be submitted by email to the following email address
NWRegionOEO@wsdot.wa.gov
The prime contractor shall notify the Engineer in writing within five calendar days
of contract submittal.
Reporting
The Contractor and all subcontractors/suppliers/service providers that utilize DBEs
to perform work on the project, shall maintain appropriate records that will enable
the Engineer to verify DBE participation throughout the life of the project.
Refer to Section 1-08.1 for additional reporting requirements associated with this
contract.
Changes in COA Work Committed to DBE
The Contractor shall utilize the COA DBEs to perform the work and supply the materials
for which each is committed unless prior written approval by the Engineer is received by
the Contractor. The Contractor shall not be entitled to any payment for work or material
completed by the Contractor or subcontractors that was committed to be completed by the
COA DBEs in the DBE Utilization Certification form.
Owner Initiated Changes
In instances where the Engineer makes changes that result in changes to Work
that was committed to a COA DBE the Contractor may be directed to substitute for
the Work.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-50 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
Contractor Initiated Changes
The Contractor cannot change the scope or reduce the amount of work committed
to a COA DBE without good cause. Reducing DBE Commitment is viewed as
partial DBE termination, and therefore subject to the termination procedures below.
Original Quantity Underruns
In the event that Work committed to a DBE firm as part of the COA underruns the
original planned quantities the Contractor may be required to substitute other
remaining Work to another DBE.
Contractor Proposed DBE Substitutions
Requests to substitute a COA DBE must be for good cause (see DBE termination
process below), and requires prior written approval of the Engineer. After receiving
a termination with good cause approval, the Contractor may only replace a DBE
with another certified DBE. When any changes between Contract Award and
Execution result in a substitution of COA DBE, the substitute DBE shall be certified
prior to the bid opening on the Contract.
DBE Termination
Termination of a COA DBE (or an approved substitute DBE) is only allowed in
whole or in part for good cause and with prior written approval of the Engineer. If
the Contractor terminates a COA DBE without the prior written approval of the
Engineer, the Contractor shall not be entitled to payment for work or material
committed to, but not performed/supplied by the COA DBE. In addition, sanctions
may apply as described elsewhere in this specification.
Prior to requesting approval to terminate a COA DBE, the Contractor shall give
notice in writing to the DBE with a copy to the Engineer of its intent to request to
terminate DBE Work and the reasons for doing so. The DBE shall have five (5)
days to respond to the Contractor's notice. The DBE's response shall either
support the termination or advise the Engineer and the Contractor of the reasons
it objects to the termination of its subcontract.
If the request for termination is approved, the Contractor is required to substitute
with another DBE to perform at least the same amount of work as the DBE that
was terminated (or provide documentation of GFE). A plan to replace the COA
DBE Commitment amount shall be submitted to the Engineer within 2 days of the
approval of termination. The plan to replace the Commitment shall provide the
same detail as that required in the DBE Utilization Certification.
The Contractor must have good cause to terminate a COA DBE.
Good cause typically includes situations where the DBE Subcontractor is unable
or unwilling to perform the work of its subcontract. Good cause may exist if:
• The DBE fails or refuses to execute a written contract.
• The DBE fails or refuses to perform the Work of its subcontract in a way
consistent with normal industry standards.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-51 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
• The DBE fails or refuses to meet the Contractor's reasonable
nondiscriminatory bond requirements.
• The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness.
• The DBE is ineligible to work on public works projects because of
suspension and debarment proceedings pursuant to federal law or
applicable State law.
• The DBE is ineligible to receive DBE credit for the type of work involved.
The DBE voluntarily withdraws from the project, and provides written
notice of its withdrawal.
• The DBE's work is deemed unsatisfactory by the Engineer and not in
compliance with the Contract.
• The DBE's owner dies or becomes disabled with the result that the DBE is
unable to complete its Work on the Contract.
Good cause does not exist if:
The Contractor seeks to terminate a COA DBE so that the Contractor can
self -perform the Work.
The Contractor seeks to terminate a COA DBE so the Contractor can
substitute another DBE contractor or non -DBE contractor after Contract
Award.
• The failure or refusal of the COA DBE to perform its Work on the
subcontract results from the bad faith or discriminatory action of the
Contractor (e.g., the failure of the Contractor to make timely payments or
the unnecessary placing of obstacles in the path of the DBE's Work).
Decertification
When a DBE is "decertified" from the DBE program during the course of the
Contract, the participation of that DBE shall continue to count as DBE participation
as long as the subcontract with the DBE was executed prior to the decertification
notice. The Contractor is obligated to substitute when a DBE does not have an
executed subcontract agreement at the time of decertification.
Consequences of Non -Compliance
Breach of Contract
Each contract with a Contractor (and each subcontract the Contractor signs with a
Subcontractor) must include the following assurance clause:
The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis
of race, color, national origin, or sex in the performance of this contract. The
Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award
and administration of DOT -assisted contracts. Failure by the Contractor to carry
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-52 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
out these requirements is a material breach of this Contract, which may result in
the termination of this Contract or such other remedy as the recipient deems
appropriate, which may include, but is not limited to:
(1) Withholding monthly progress payments;
(2) Assessing sanctions;
(3) Liquidated damages; and/or
(4) Disqualifying the Contractor from future bidding as non -responsible.
Notice
If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service
provider is deemed to be in non-compliance, the Contractor will be informed in
writing, by certified mail by the Engineer that sanctions will be imposed for failure
to meet the DBE COA Commitment and/or submit documentation of good faith
efforts. The notice will state the specific sanctions to be imposed which may
include impacting a Contractor or other entity's ability to participate in future
contracts.
Sanctions
If it is determined that the Contractor's failure to meet all or part of the DBE COA
Commitment is due to the Contractor's inadequate good faith efforts throughout the life of
the Contract, including failure to submit timely, required Good Faith Efforts information and
documentation, the Contractor may be required to pay DBE penalty equal to the amount
of the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5).
Payment
Compensation for all costs involved with complying with the conditions of this Specification
and any other associated DBE requirements is included in payment for the associated
Contract items of Work, except otherwise provided in the Specifications.
1-07.12 Federal AgencV Inspection
(January 25, 2016 WSDOT GSP)
Section 1-07.12 is supplemented with the following:
Required Federal Aid Provisions
The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273)
Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions
of the Standard Specifications and are made a part of this Contract; provided, however,
that if any of the provisions of FHWA 1273, as amended, are less restrictive than
Washington State Law, then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this Contract require that the
Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together
with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall
be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273
and amendments thereto in any lower tier Subcontracts, together with the wage rates. The
Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS,
is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-53 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
purpose, upon request to the Engineer, the Contractor will be provided with extra copies
of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special
Provision.
1-07.13 Contractor's Responsibility for Work
1-07.13 4 Repair of Dama e
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or permanent
work as directed by the Engineer. For damage qualifying for relief under Sections
1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with
Section 1-04.4. Payment will be limited to repair of damaged work only. No
payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16 2 Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at
ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the plant.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or suspected
of having facilities within the project limits are supplied for the Contractor's convenience.
UTILITY CONTACTS
Puget Sound Energy
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
Century Link
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Telephone: (253) 313-8961
Lakehaven Water & Sewer District Comcast
Attn: Andrew Weygandt Attn: Aaron Cantrell
31627 1 st Avenue S 4020 Auburn Way North
Federal Way, WA 98003 Auburn, WA 98002
Telephone: (253)945-1624 Telephone: (253) 864-4281
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-54 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
Zayo
Attn: Jason Tesdal
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
AT&T
Attn: Daniel McGeough
11241 Willows Rd NE, #130
Redmond, WA 98052
Telephone: (425) 896-9830
City of FW IT Dept (City Fiber)
Attn: Thomas Fichtner
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-2547
South King Fire & Rescue
31617 1 st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.180) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims -
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-55 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
Contractor shall purchase an extended reporting period ("tail") or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self -insured pool
coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the
Contracting Agency shall be excess of the Contractor's insurance and shall not contribute
with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days' notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset
against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
■ The Contracting Agency and its officers, elected officials, employees, agents, and
volunteers.
■ The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
■ Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether
the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes
limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-56 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor -provided insurance as set
forth herein, except the Contractor shall have sole responsibility for determining the limits
of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG
20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.1$ 4 Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided
shall not be construed as a waiver of Contractor's obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.1815) Coverages and _Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided
by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy
available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-57 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
or self -insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self -insured
retention, said deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18 5 A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves
the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99
48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18 5 D Excess or Umbrella Liabilit
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability
coverage shall be excess over and as least as broad in coverage as the Contractor's
Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor's Excess or Umbrella Liability insurance policy.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-58 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safet
1-07.23 1 Construction under Traffic
(February 3, 2020 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or permanent
Work. Those work operations that are actively in progress shall be in accordance
with adopted and approved Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not
be permitted to park within the WZCZ at any time unless protected as described
above.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-59 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
Regulatory
Posted Speed
Distance From
Traveled Way
Feet
35 mph or less
10
40 mph
15
45 to 50 mph
20
55 to 60 mph
30
60 mph or greater
35
Minimum Work Zone Clear Zone Distance
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. If a lane closure is required,
the Contractor shall obtain prior approval from the Engineer. If a lane
closure is approved, at least one lane of traffic (alternating directions /
fagger controlled) shall be maintained at all times using qualified flaggers
placed in strategic locations to insure the public safety and minimize driver
confusion. The vehicles waiting for the traffic operations to run in their
direction of travel should not wait a period of time exceeding two (2)
minutes. Regardless of the period of time, no queue greater than ten (10)
cars in length will be allowed.
• Any approved lane closures may be closed to traffic between the hours of
7:OOAM and 3:30PM unless otherwise specified by the Engineer.
• Due to the project proximity to Dash Point State Park, the contractor is
required to maintain access for oversized vehicles such as RV's, motor
homes, and trailers through the project site at all times.
• Working at night (8pm to lam weekdays, 8 pm-9am weekends & holidays)
is not mandated by the City. Should the contractor schedule project work
during nighttime hours, it shall be the Contractor's responsibility to obtain
any required noise variance or exemption for such work.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed away
from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to delineate
edge of roadway during the hours of darkness.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-60 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
+ The Contractor shall keep all pedestrian routes & access points (including,
but not limited to, sidewalks, and crosswalks when located within the
project limits) open and clear at all times unless permitted otherwise by the
Engineer in an approved traffic control plan.
• An ADA accessible route must be provided through the project site at all
times.
■ Pedestrians must have access to pedestrian push buttons at all times.
The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
• All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
as not to be visible to motorists
The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets, alleys,
sidewalks and driveways. Notifications should be at least 48 hours in
advance of closures, if possible.
• The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief periods
when actual work is being done. The Contractor shall so conduct his
operations so as to have under construction no greater length or amount
of work than he can prosecute vigorously and he shall not open up sections
of the work and leave them in an unfinished condition.
• Lane closures shall not impact business accesses. All business accesses
will remain open during business hours.
• Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor
in writing of any change in the closure hours.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-61 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
Lane closures are not allowed within the City Center zone from the Friday after
Thanksgiving Day ("Black Friday") until the first City recognized business day of
the following year without written approval by the Engineer. The boundaries of the
City Center zone are identified in the City of Federal Way Comprehensive Plan. In
general, it is the area located within the following boundaries:
Northern boundary: S 312th Street
Southern boundary: S 324th Street
Eastern boundary: Interstate 5
Western boundary: 14th Ave S (future extension) / west of 320th Public
Library / 11th PI S
(September 30, 2020 WSDOT GSP, OPTION 7)
The last paragraph of Section 1-07.23(1) is revised to read:
The Contractor shall conduct all operations to minimize any drop-offs (abrupt
changes in roadway elevation) left exposed to traffic during nonworking hours.
Unless otherwise specified in the Traffic Control Plan, drop-offs left exposed to
traffic during nonworking hours shall be protected as follows with an accepted
traffic control plan submittal in accordance with Section 1-10.2(2):
1. Drop-offs up to 0.20 foot, unless otherwise ordered by the Engineer, may
remain exposed with appropriate warning signs alerting motorists of the
condition.
2. Drop-offs more than 0.20 foot that are in the Traveled Way or Auxiliary Lane
will not be allowed unless protected with appropriate warning signs and
further protected as indicated in 3b or 3c below.
3. Drop-offs more than 0.20 foot, but no more than 0.50 foot, that are not within
the Traveled Way shall be protected with appropriate warning signs and
further protected by having one of the following:
a. A wedge of compacted stable material placed at a slope of 4:1 or
flatter.
Channelizing devices (Type 1 barricades, plastic safety drums, or
other devices 36 inches or more in height) placed along the traffic side
of the drop-off and a new edge of pavement stripes placed a minimum
of 3 feet from the drop-off. The maximum spacing between the
devices in feet shall be the posted speed in miles per hour. Pavement
drop-off warning signs shall be placed in advance and throughout the
drop-off treatment.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-62 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
c. A temporary concrete barrier, temporary steel barrier, or other
approved traffic barrier installed on the traffic side of a drop-off with a
new edge line placed a minimum of 2-feet from the traffic face of the
barrier. The barrier shall have a lateral offset from the edge of the
drop-off to the back of the barrier as follows:
i. A minimum offset of 3-feet for temporary Type F or Type 2
concrete barrier when not anchored.
ii. A minimum offset of 1-foot for temporary Type F or Type 2
concrete barrier when anchored on hot mix asphalt pavement
as shown on WSDOT Standard Plans C-60.10 or K-80.35.
iii. A minimum offset of 1-foot for temporary Type F concrete
barrier when anchored on cement concrete pavement as
shown on WSDOT Standard Plans C-60.10.
iv. A minimum offset of 9-inches for temporary Type F or Type 2
concrete barrier when anchored on cement concrete
pavement and/or concrete bridge decks as shown on WSDOT
Standard Plan K-80.35.
v. A minimum offset of 6-inches or 9-inches for temporary Type F
or Type 2 narrow base concrete barrier when anchored on
cement concrete pavement and concrete bridge decks as
shown on WSDOT Standard Plan K-80.37.
vi. A minimum offset following manufacturer recommendations for
temporary steel barrier when no anchored; or when anchored
on hot mix asphalt pavement, cement concrete pavement, or
concrete bridge decks.
vii. A minimum offset as directed by the Engineer for any barrier
type or configuration not shown in this Section.
An approved terminal, flare, or impact attenuator is required at the
approach end of the barrier run, and is required at the trailing end
of a barrier run in two-way operations when shown in the plans or
as directed by the Engineer.
4. Drop-offs more than 0.50 foot not within the Traveled Way or Auxiliary Lane
shall be protected with appropriate warning signs and further protected as
indicated in 3a, 3b, or 3c if all of the following conditions are met:
a. The drop-off is less than 2 feet;
b. The total length throughout the project is less than 1 mile;
c. The drop-off does not remain for more than 3 working days;
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-63 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
d. The drop-off is not present on any of the holidays listed in Section 1-
08.5; and
e. The drop-off is only on one side of the Roadway.
5. Drop-offs more than 0.50 foot that are not within the Traveled Way or
Auxiliary Lane and are not otherwise covered by No. 4 above shall be
protected with appropriate warning signs and further protected as indicated in
3a or 3c.
6. Open trenches within the Traveled Way or Auxiliary Lane shall have a steel -
plate cover placed and anchored over them. A wedge of suitable material, if
required, shall be placed for a smooth transition between the pavement and
the steel plate. Warning signs shall be used to alert motorists of the
presence of the steel plates.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right
of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired
until the Engineer certifies to the Contractor that the right of way or easement is available
or that the right of entry has been received. If the Contractor is delayed due to acts of
omission on the part of the Contracting Agency in obtaining easements, rights of entry or
right of way, the Contractor will be entitled to an extension of time. The Contractor agrees
that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-64 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
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.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.00) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08,0(2) 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
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-65 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the Contracting
Agency's material testing lab; inspectors; and other Contracting Agency
employees or third party consultants when, in the opinion of the Engineer,
such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day for
the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll.
(August 14, 2020 CFW GSP)
Add the following new section:
The Contractor may request extended work hours on days when paving operations
are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving
days if the Engineer determines that the benefits of extended working hours will
minimize the overall impacts to traffic. Extended work hours for paving will require
VMS boards to be placed a minimum of 2 business days prior to the paving day.
Payment for VMS boards shall be considered incidental to the Contractor's
operations, unless there is a specific bid item for VMS boards.
1-08.1 Subcontracting
(December 19, 2019 APWA GSP, OPTION A)
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-66 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall
submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement
between the Contractor and the subcontractor or between the subcontractor and any lower
tier subcontractor has been executed. This certification shall also guarantee that these
subcontract agreements include all the documents required by the Special Provision
Federal Agency Inspection.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under
the contract until the following documents have been completed and submitted to the
Engineer:
1. Request to Sublet Work (Form 421-012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420-004).
The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT
Form 272-065) within 15 calendar days after receipt of every monthly progress payment until
every Subcontractor and lower tier Subcontractor's retainage has been released.
The ninth paragraph, beginning with "On all projects, ..." is revised to read:
The Contractor shall certify to the actual amount received from the Contracting Agency
and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors,
manufacturers, regular dealers, or service providers on the Contract. This includes all
Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This
Certification shall be submitted to the Engineer on a monthly basis each month between
Execution of the Contract and Physical Completion of the Contract using the application
available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted
for every month between Execution of the Contract and Physical Completion regardless
of whether payments were made or work occurred.
1-08.3 Progress Schedule
1-08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the preconStFUGtMn conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-67 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
by the Engineer. The Contractor shall commence construction activities on the project
site within ten days of the Notice to Proceed Date, unless otherwise approved in writing.
The Contractor shall diligently pursue the work to the physical completion date within the
time specified in the contract. Voluntary shutdown or slowing of operations by the
Contractor shall not relieve the Contractor of the responsibility to complete the work within
the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
Construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted
the installation of high visibility fencing, as described in the Contract.
1-08.5 Time for Completion
(November 30, 2018 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The statement
will also show the nonworking days and any partial or whole day the Engineer declares as
unworkable. Within 10 calendar days after the date of each statement, the Contractor
shall file a written protest of any alleged discrepancies in it. To be considered by the
Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of time disputed. By not filing such detailed protest in that period, the
Contractor shall be deemed as having accepted the statement as correct. If the Contractor
is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the _fifth day
of the week in which a 4-10 shift is worked would ordinarily be charged as a working day
then the fifth day of that week will be charged as a working day whether or not the
Contractor works on that dam
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of the
contract. The following documents must be received by the Project Engineer prior
to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-68 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required by
the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days from
the date of receipt of the Notice of Termination by Ecology; and no
rejection of the Notice of Termination by Ecology. This requirement will
not apply if the Construction Stormwater General Permit is transferred
back to the Contracting Agency in accordance with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 90 working days.
1-08.6 Suspension of Work
(January 2, 2018 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical materials.
Such purchase orders shall disclose the purchase order date and estimated delivery dates
for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
*** Luminaire Poles ***
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 120 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08.9 Liquidated Damage
(September 8, 2020 WSDOT GSP, OPTION 3)
Section 1-08.9 is supplemented with the following:
Liquidated damages in the amount of $2,100 per working day will be assessed for failure
to physically complete the Contract within the physical completion time specified.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-69 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(January 13, 2021, WSDOT GSP, OPTION 2)
Section 1-09.2(1) is revised to read as follows:
Unless specified otherwise, any Highway or Bridge construction materials to be
proportioned or measured and paid for by weight shall be weighed on a scale.
Scales — Scales shall:
1. Be accurate to within 0.5 percent of the correct weight throughout the range of use;
2. Not include spring balances;
3. Include beams, dials, or other reliable readout equipment;
4. Be built to prevent scale parts from binding, vibrating, or being displaced and to
protect all working parts from falling material, wind, and weather; and
5. Be carefully maintained, with bunkers and platforms kept clear of accumulated
materials that could cause errors and with knife edges given extra care and
protection.
Scale Operations — "Contractor -provided scale operations" are defined as operations
where a Scale is set up by the Contractor specifically for the project and most, if not all,
material weighed on the scale is utilized for Contract Work. In this situation, the Contractor
shall provide a person to operate the project scale, generate E-Tickets, perform scale
checks, and prepare reports.
"Commercial scale operations" include the use of established scales used to sell materials
to the public on a regular basis. In addition, for the purposes of this Specification, all batch,
hopper, and belt scale are considered to be commercial scales. When a commercial scale
is used as the project scale, the Contractor may utilize a commercial scale operator
provided it is at no additional cost to the Contracting Agency.
In addition, the Contractor shall ensure that:
1. The Engineer is allowed to observe the weighing operation and check the daily
scale weight record;
2. Scale verification checks are performed at the direction of the Contracting Agency
(see Section 1-09.2(5));
3. Several times each day, the scale operator records and makes certain the platform
scale balances and returns to zero when the load is removed; and
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-70 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
4. Test results and Daily Summary Reports for each day's hauling operations are
provided to the Engineer daily.
Trucks and E-Tickets — Each truck to be weighed shall bear a unique identification number.
This number shall be legible and in plain view of the scale operator. The contractor shall
provide E-tickets for all weighed materials. All E-tickets shall, at a minimum, contain the
following information:
1. Date of haul;
2. Contract number;
3. Contract unit Bid item;
4. Unit of measure;
5. Identification number of hauling vehicle; and
6. Weight delivered:
a. Net weight in the case of batch and hopper scales.
b. Gross weight, tare weight (am and pm minimum), and net weight in the
case of platform scales.
c. Approximate load out weight in the case of belt conveyor scales.
The E-Ticket shall be uploaded to a designated site so that it can be accessed by the
material receiver at the material delivery point. The material delivery point is defined as
the location where the material is incorporated into the permanent Work. The Contractor's
representative shall make report summaries available to the Engineer's designated
receiver, not later than the end of shift, for reconciliation. E-tickets for loads not verified
as delivered will receive no pay.
Electronic Delivery Management System (E-Ticketing)
No fewer than 30 days prior to delivery or placement activities, the Contractor shall submit
a Type 2 Working Drawing to the Engineer detailing all E-Ticketing Systems used to
provide the required information. It is recognized that multiple systems may be used to
accommodate individual Contractors and Material supplier capabilities. The Working
Drawings shall explain how partial loads will be tracked, and include contingency plans for
lost internet connectivity and/or phone reception. The Contractor shall provide on -site
technical assistance and training during the initial setup to all parties requiring access to
the e-ticket information. The Contractor shall provide ETS support as necessary during
the Work to ensure effective ongoing utilization.
Equipment
The Contractor shall demonstrate that the ETS can provide the following.
The ETS shall be fully integrated with the Contractor's Load Read -Out scale
system at the material source site. In the absence of a fully integrated system,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-71 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
digital data can be captured by a photo of the ticket (pdf ticket) generated at the
scale at load out. The information shall be immediately uploaded to a designated
site so the information can be accessed by the Inspector located at the material
delivery site.
2. The ETS shall be accessible by real-time monitoring with a mobile communication
device such as a tablet, smartphone, etc.
The Material Source site (point of load out) shall have a reliable, stable internet connection,
with a local Wi-Fi device (hot spot) in areas with poor or no cell service. The Contractor
shall install and operate equipment in accordance with their accepted ETS. The Type 2
Working Drawing shall identify an alternative method for manually capturing and
electronically delivering data if internet access and/or cell phone service is temporarily
unavailable at the load out site.
E-Tickets
The E-Tickets must provide at a minimum, the information required in Section 1-09.2(1)
for truck weight measurement and Section 6-02.3(5)B for concrete delivery.
Daily Summary Report
The Contractor shall provide to the Engineer a means in which to gather report summaries
using mobile communication devices. The following summary of information shall be
provided to the Engineer electronically, in a file format that cannot be edited, at the end of
the days hauling operation or as agreed to by the Project Engineer. The summary report
shall include:
1. For each Material
a. List of Individual Loads including;
Contractor Name and Material Producer
Project Number and County
iii. Truck Number
iv. Net Weight for Payment (nearest 0.1 tons) or volume for payment
V. Date Placed
vi. Time Loaded
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-72 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
2. For each Bid Item:
a. Total Quantity for Payment (weight or volume)
Payment
Payment will be made for the following bid item when included in the proposal:
"Electronic Ticketing System", lump sum.
The lump sum contract price for "Electronic Ticketing System" shall be full pay for
all costs related to providing all equipment, information, and reporting. All quality
control procedures including technical support and on -site training shall be
included in the Contract lump sum price.
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read
Scale Verification Checks — At the Engineer's discretion. the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.9 Payments
(April 30, 2020 WSDOT GSP, OPTION 2)
Section 1-09.9 is supplemented with the following:
The Contractor shall sign electronically using the software provided by the Contracting
Agency and return the Final Contract Voucher Certification (FCVC) as indicated in this
section. Within 21 days of execution, the Contractor shall submit a Type 1 Working
Drawing designating who will sign the FCVC, including their full name, email address, and
text -message capable phone number. The designee shall be an authorized signer in
accordance with Section 1-02.1
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-73 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established
at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments. The
progress estimates are subject to change at any time prior to the calculation of the final
payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.901 Retaina_ge
(June 27, 2011 WSDOT GSP, OPTION 1)
Section 1-09.9(1) content and title is deleted and replaced with the following:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-74 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
Vacant
1-09.11 3 Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180 calendar
days from the date of final acceptance (Section 1-05.12) of the Contract by the
Contracting Agency; and it is further agreed that any such claims or causes of
action shall be brought only in the Superior Court of the county where the
Contracting Agency headquarters is located, provided that where an action is
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or causes
of action which the Contractor asserts against the Contracting Agency arising from
the Contract are filed with the Contracting Agency or initiated in court, the
Contractor shall permit the Contracting Agency to have timely access to any
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
1-09.13 Claim Resolution
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation unless
the parties mutually agree in writing to resolve the claim through binding arbitration.
1-09.13 3 A Administration of Arbitration
(November 30, 2018 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the arbitrator
may be entered in the Superior Court of the county in which the Contracting
Agency's headquarters is located, provided that where clalms subject to arbitration
are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction
of the Superior Court. The decision of the arbitrator and the specific basis for the
decision shall be in writing. The arbitrator shall use the Contract as a basis for
decisions.
1-10.1 General
1-10.1 2 Description
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-75 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Section 1-10.1(2) is supplemented with the following:
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide two (2) project signs (4' x 8') per the detail available from
the City.
1-10.2 Traffic Control Management
1-10.20) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is recognized
in the State of Washington. The Traffic Control Supervisor shall be certified by one
of the following:
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2 2 Traffic Control Plans
(April 12, 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided in
these Contract Documents, the Contractor shall provide traffic control plans to
the City of Federal Way for review and approval a minimum of five (5) working
days prior to implementation. These plans shall supplement Construction
Staging Plans. The plans as provided by the Contractor shall include and not
be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
• Minimum lane widths provided for vehicular travel.
Turn pocket length, gap, and tapers in conformance with the City of
Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-76 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall
provide temporary striping, reflective marking tape, and/or reflective tubular
markers as required at the direction of the Engineer.
4. The Contractor provided Traffic Control Plans shall lay out traffic control device
spacing, tapers, etc., to scale, and shall contain accurate dimensions and
legends and shall be signed by the preparer.
1-10.3 Traffic Control Labor, Procedures and Devices
(May 20, 2020 WSDOT GSP, OPTION 1)
Section 1-10.3 is supplemented with the following:
Contractor Provided Uniformed Police Officers
The Contractor shall provide, direct, and monitor Uniformed Police Officers having
jurisdiction to control traffic in accordance with the Plans. A uniformed police officer (UPO)
is a sworn police officer from a local law enforcement agency or a Washington State Patrol
officer. The UPO shall provide traffic control as shown
The following contact information for potential service providers is supplied for the
Contractor's convenience:
Off-Dutv Officer Resource List
Federal Way Police Department (253) 835-6701 or (253) 835-6700
Saturday/Sunday Cancellations (253) 835-6851
King County Sheriff's Officers (206) 957-0935 ext 1
Washington State Patrol (WSP) Officers (425) 401-7788
Permission is required from the City of Federal Way Police Chief prior to King
County Sheriff's or WSP officers working within the City. No other agencies or
private companies are authorized to perform off -duty work within the City without
project -specific approval from the Police Chief or his designee (Lynnette Allen,
253-835-6701).
(June 12, 2020 CFW GSP)
Section 1-10.3 is supplemented with the following:
Off -duty uniformed police officer will be required when the signal system is in
flashing mode or is not operational or when otherwise deemed necessary by the
Project Engineer. The signal should only be switched into flash mode upon
approval by the City.
The type of work that requires a UPO at the intersection may include, but is not
limited to: installation of signal poles, signal switchover, paving, striping, excavation
in the intersection. The Contractor shall minimize traffic impacts at intersections
whenever possible.
The Contractor shall minimize the limits of the work zone area at intersections in
order to reduce the use of off -duty uniformed police officers whenever possible.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-77 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
If there are multiple lanes of traffic and the nature of the work allows, the Contractor
shall keep as many lanes open as possible in order to maintain two-way traffic that
is controlled by the signal.
Intersection traffic may not be flagged with an active signal in full operation.
Flaggers may not be placed at the center of an intersection per WAC 468-95-302.
The only person allowed to legally control traffic from the center of an intersection
is a uniformed police officer.
1-10.4 Measurement
1-10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(2) is supplemented with the following:
The proposal does not contain the item "Project Temporary Traffic Control", lump
sum. The provisions of Section 1-10.4(2) shall apply.
1-10.4(2) Contractor Provided Uniformed Police Officer
(May 20, 2020 WSDOT GSP, OPTION 6)
Section 1-10.4(2) is supplemented with the following:
"Contractor Provided Uniformed Police Officer" will be measured by the hour.
(June 12, 2020 CFW GSP)
Section 1-10.4(2) is supplemented with the following:
The off -duty uniformed police officer hours, as stated in the proposal, are the City's
estimate, without knowledge of the contractor's specific method of operation, and
has been presented for the purpose of providing a common amount for all bidders.
Hours measured for "Contractor Provided Uniformed Police Officer" will be for
actual hours spent on site providing traffic control duties. Additional hours due to
minimum hours billed by the Police Department, due to requiring fewer UPO hours
than anticipated/scheduled, or due to cancellations (unless outside of the control
of the Contractor) will be the responsibility of the Contractor.
1-10.5 Payment
1-10.5 2 Item Bids with Lurng Sum for Incidentals
Section 1-10.5(2) is supplemented with the following:
(May 20, 2020 WSDOT GSP, OPTION 5)
"Contractor Provided Uniformed Police Officer", per hour.
The unit Contract price per hour for "Contractor Provided Uniformed Police Officer"
shall be full pay for performing the Work as specified and as shown in the Plans,
including all costs for arrangement for and supervision of a uniformed law
enforcement personnel and vehicles to participate in the Contractor's traffic control
activities.
END OF DIVISION 1
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-78 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
DIVISION 2
EARTHWORK
Fail 444114.1n Lei
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or additional trees identified during
construction as directed by the Engineer to accommodate the improvements. Tree
removal shall include removal of stumps and/or grinding of stumps to a depth at
least two feet below finish grade.
2-01.3 Construction Requirements
2-01.3 3 Clearinq Limit Fence
(April 12, 2018 CFW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing
with mesh openings 1'h-inch by 3-inches nominal and weigh at least 7 oz. per
linear foot. Either wood or steel posts shall be used. Wood posts shall have
minimum dimensions of 1'/2 inches by 11/ inches by the minimum length of 5 feet,
and shall be free of knots, splits, or gouges. Steel posts shall consist of either size
No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch,
U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel
posts having equivalent strength and bending resistance to the post sizes listed.
The spacing of the support posts shall be a maximum of 6'h feet.
2-01.3(4) Roadside Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall be in accordance with Sections 9-14
and 9-15 and other applicable sections of the Standard Specifications or Special
Provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and other applicable sections of the Standard
Specifications. The Contractor shall review the work with the Engineer and receive
approval to proceed prior to commencing the work.
2-01.4 Measurement
(April 12, 2018 CFW GSP)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbinq"will be measured on a lump sum basis. Installation, maintenance,
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing
bid item.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-79 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
2-01.5 Payment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following-
"Clearing and Grubbing °', lump sum.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.1 Description
(September 30, 1996 WSDOT GSP, OPTION 4)
Section 2-02.1 is supplemented with the following:
The Contractor is advised that asbestos may be present on this project.
2-02.3 Construction Requirements
(February 17, 1998 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The Contractor shall remove and dispose of all items shown on the plans and other minor
items necessary to complete the work. The following partial list of items to be removed
and disposed of is provided for the convenience of the contractor. The contractor shall
review the plans, specifications, and project site to verify other items to be removed.
Items to be removed include, but is not limited to, the following:
ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE
FOLLOWING:
STATION / I ITEM DESCRIPTION QUANTITY
OFFSET
21 +25 RT
21+25 RT
Remove Rockery
Remove Quarry Spalls
160 SF
60 SF
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(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement to remain.
The Engineer shall approve the equipment and procedures used to make the full -
depth sawcut. No wastewater from the sawcutting operation shall be released
directly to any stream or storm sewer system. Removal of pavement, curbs,
gutters, and sidewalks within the entire project limits shall be measured and paid
as "Roadway Excavation incl. Haul" in accordance with Section 2-03.
2-02.3(4) Removal of Drainage Structures
(April 12, 2018 CFW GSP)
Section 2-02.3(4) is a new section:
Where shown in the Plans or where designated by the Engineer, the Contractor
shall remove existing catch basins, manholes, pipes, and other drainage features
in accordance with Section 2-02 of the Standard Specifications. Removal shall be
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-80 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
conducted in such a manner as to prevent damage to surrounding facilities
including any existing storm sewers, sanitary sewers, electrical conduits or other
facilities to remain. All remaining facilities including but not limited to storm sewers,
sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due
to the Contractor's operations shall be replaced by the Contractor to the
satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch
basins, manholes, and other drainage structures designated for removal, including
all debris, shall be completely removed. All removed catch basins, manholes, and
other drainage structures shall become the property of the Contractor and shall be
disposed of in accordance with Section 2-02 of the Standard Specifications. All
undamaged frames, grates, and solid covers in a re -useable condition shall
become the property of the City of Federal Way and shall be delivered to a location
specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete
curb and gutter surrounding the structure required for removal will be considered
incidental to the removal of the catch basin, manhole, or other drainage structures.
Sawcuts shall be in accordance with Section 2-02 of these Special Provisions.
Backfilling of catch basins, manholes, pipes and other drainage structures to be
removed and replaced shall not be performed until the new structure is installed
and shall be in accordance with Section 7-05. Backfilling of a structure to be
replaced shall be considered incidental to the construction and installation of the
new catch basin, manhole, or other drainage structure. Backfilling of catch basins,
manholes, pipes and other drainage structures to be completely removed shall be
performed using gravel borrow paid in accordance with the Bid Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the
plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned
shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard
Specifications. Plugging pipe ends shall be considered incidental and included in
the pipe removal and no additional payment will be made.
The Contractor shall maintain existing drainage, where designated by the
Engineer, until the new drainage system is completely installed and functioning.
2-02.3(5) Ad'lust Existing Utility to Grade
(April 12, 2018 CFW GSP)
2-02.3(5) is a new section:
As shown in the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work, familiarize
himself with the existing utility locations. The Contractor shall adjust City -owned
utilities. Final adjustment shall be smooth and flush with finished grade. The
Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for
adjusting utilities to grade, including coordinating the work with other utilities, shall
be incidental to the various items of work and no additional compensation will be
allowed.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-81 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Existing facilities shall be adjusted to the finished grade as shown in the Drawings
and as further specified herein. Existing box, ring, grate, and cover shall be reset
in a careful and workmanlike manner to conform to the new grade. Special care
shall be exercised in all operations. Any damage occurring to the manholes,
concrete inlets, monument cases, valve boxes, or water mains, due to the
Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a
copy of these references to the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete
collar installed and restored with 3 inches of crushed surfacing top course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See City standard
detail for Utility Adjustment.
2-02.3 6 Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in such
a manner that they remain functional and undamaged. Utilities indicated to remain that
are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.4 Vacant
(April 12, 2018 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
2-02.4 Measurement
"Sawcutting" will be measured by the linear foot for pavement removal.
"Remove Existing Catch Basin" will be measured per each.
2-02.5 Payment
(April 12, 2018 CFW GSP)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Removal of Structure and Obstruction", lump sum. Structure Excavation Class B
for the removal of items shall be considered included in this bid item.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-82 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
"Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater
installation are incidental to the measurement and payment of those contract
items.
"Remove Existing Catch Basin", per each.
2-03 ROADWAY gXCAVATIGN AND EMBANKMENT
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where appropriate.
The removed pavement shall become the property of the Contractor and shall be removed
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense
and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be
made.
2-03.3 Construction Requirements
Section 2-03.3(10) Selected Material
(April 12, 2018 CFW GSP)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the project
shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow.
Section 2-03.3(14)E Unsuitable Foundation Excavation
(February 9, 2021 Project Specific GSP
Section 2-03.3(14)E is supplemented with the following:
All embankments shall be founded on dense, non -yielding granular foundation
soil as approved by the engineer. Remove all organic materials and debris,
trash, and all other deleterious material prior to beginning construction of new
embankments. Proof roll the foundation to verify dense non -yielding conditions.
Section 2-03.3(14)G Backfillinq
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or provide
import Gravel Borrow as required to complete the work. Backfill all embankments
in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-83 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Section 2-03.3 14 N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each section
shall be sufficiently small so that the removal of soil and placement of backfill can
be accomplished on the same day. No soil shall be left un-compacted and exposed
to water. Soil that is too wet for compaction shall be removed and replaced with
Gravel Borrow material. Grading and earthwork should not be accomplished
during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidder's inspection,
before the opening of bids, at the Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross -sections will be furnished
to the successful bidder on request to the Engineer.
(April 12, 2018 CFW GSP)
Section 2-03.4 is supplemented with the following:
If the Contractor excavates outside the neat -line limits designated for "Roadway
Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the
Contractor's benefit and shall be included in the cost of other Bid Items.
The quantities for Gravel Borrow shall be computed based on the in -situ measurement.
2-03.5 Payment
(April 12, 2018 CFW GSP)
Section 2-03.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Roadway Excavation Incl. Haul", per cubic yard.
"Gravel Borrow, Incl. Haul", per ton
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-84 PROJECT 36217
CFWSPECIAL PROVISIONS VER 2021 018
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2-09 STRU TUBE EXCAVATION
2-09.3 Construction Requirements
2-09.3 1 General Requirements
(March 17, 2020 CFW GSP)
Section 2-09.3(1) is supplemented with the following:
All shoring, including sheeting and bracing, or equivalent trench stabilization and
worker protection system required to perform and protect the excavation, and to
safeguard the personnel who may enter the excavation, shall be furnished by the
Contractor. If workers enter any trench or other excavation four feet (4) or more
in depth that does not meet the open pit requirements as generally set forth in
Section 2-09.3(3)B, it shall be shored.
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work, the Contractor shall remove all shoring, unless
otherwise shown on the Plans or directed by the Engineer.
The Contractor is advised that the Contracting Agency has not so delegated, and
the Engineer does not purport to be, a trench excavation system safety expert, is
not so engaged in that capacity under this Contract, and has neither the authority
nor the responsibility to enforce construction safety laws, rules, regulations, or
procedures, or to order the suspension of work for claimed violations of trench
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
inspection shall not make the Contracting Agency responsible for the enforcement
of such laws, rules, regulations, or procedures, nor shall such make the
Contracting Agency responsible for construction means, methods, techniques,
sequences, procedures, or for the Contractor's failure to properly perform the Work
necessary for proper trench excavation.
2-09.3(1)D Disposal of Excavated Material
(March 17, 2020 CFW GSP)
Replace the third paragraph with the following:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-85 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
If the Contract includes Structure Excavation, Class A or B, including haul;
Shoring or Extra Excavation, Class A or B; or Trench Safety System, the
unit contract price shall include all costs for loading and hauling excavated
materials to a permitted disposal site, or to and from a temporary stockpile.
Any such stockpiled materials, either suitable or designated for
incorporation into the project, shall be handled in accordance with Section
2-09.3(1)E.
2-09.3 1 E Backfillin
(April 12, 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of Structures
and Obstructions shall be a necessary part of and incidental to the
excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
2-09.3(3) Construction Requirements, Structure Excavation, Class A
2-09.3(3)F Trench Safety Systems
(March 17, 2020 CFW GSP)
Add the following new subsection:
The Contractor shall provide all materials, labor, and equipment necessary
to shore trenches to protect the Work, and existing improvements and
natural features not designated for removal, and to provide safe working
conditions in the trench. The Contractor may elect to use any combination
of shoring and overbreak, tunneling, boring, sliding trench shield, or other
method of accomplishing the Work consistent with applicable local, State,
or Federal safety codes.
If workers enter any trench four (4) feet or more in depth that does not meet
the open pit requirements of Section 2-09.3(3)B, the excavation shall be
shored as provided in Section 2-09.3(4). The Contractor alone shall be
responsible for worker safety, and the Contracting Agency assumes no
responsibility.
Upon completing the Work, the Contractor shall remove all shoring unless
the Plans or the Engineer direct otherwise.
Shoring to be removed, or moveable trench shields or boxes, shall be
located at least two and one-half (2-1/2) pipe diameters away from metal
or thermoplastic pipe if the bottom of the shoring, shield, or box extends
below the top of the pipe, unless a satisfactory means of reconsolidating
the bedding or side support material disturbed by shoring removal can be
demonstrated.
Damages resulting from improper shoring or failure to shore shall be the
sole responsibility of the Contractor.
The furnishing by the Contracting Agency of resident project representation
and inspection shall not make the Contracting Agency responsible for the
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-86 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
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.
2-09.5 Payment
(March 17, 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.
END OF DIVISION 2
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-87 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.401 Acquisition and Development
(April 12, 2018 CFW GSP)
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material provided by the Contractor necessitates hauling over
roads other than City streets, the Contractor shall, at his own cost and expense,
make all arrangements for the use of haul routes.
END OF DIVISION 3
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-88 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.3 Construction Reouirements
4-04.3(3) Mixing
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
4-04.3(4) Placing and Spreading
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
4-04.5 Payment
(April 12, 2018 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing shall also include compacting,
and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-89 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.01E
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
(July 18, 2018 APWA GSP)
Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following.
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines,
grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may
include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA
processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the
proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti -Stripping Additive 9-02.4
HMA Additive 9-02.5
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Portland Cement 9-01
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the Contracting
Agency, the Contractor shall be required to furnish such materials in the amounts required for the
designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA.
The RAP may be from pavements removed under the Contract, if any, or pavement material from
an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling
or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for
every 1,000 tons produced and not less than ten samples per project. The asphalt content and
gradation test data shall be reported to the Contracting Agency when submitting the mix design
for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined
in these Specifications.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-90 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from
different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for
approval the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.20 A Vacant
5-04.2(2) Mix Design —Obtaining Proiect Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
• The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
• The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-91 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Mix designs for HMA accepted by Nonstatistical evaluation shall;
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
Have anti -strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti -strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be
based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current
WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA
by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use.
5-04.2(2)B Usincf Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives,
chemical additives and foaming processes. The use of Additives is subject to the following:
Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process.
5-04.3 Construction Requirements
6-04.3 1 Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1 st through
March 31 st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature for Pavi
Compacted Thickness (Feet) Wearing Course
Less than 0.10 55-F
0.10 to .20 45-F
More than 0.20 35-F
Other Courses
45-F
35-F
35-F
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-92 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there
has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-
23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3131 Eauir)ment
5-04.3 3 A Mixincl Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
homogeneous state. The asphalt binder shall be heated in a manner that will avoid
local variations in heating. The heating method shall provide a continuous supply
of asphalt binder to the mixer at a uniform average temperature with no individual
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-93 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
variations exceeding 25°F. Also, when a WMA additive is included in the asphalt
binder, the temperature of the asphalt binder shall not exceed the maximum
recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing
and screening operation. The Contractor shall provide for the setup and operation
of the field testing facilities of the Contracting Agency as provided for in Section 3-
01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without
entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 45°F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect
the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to
filling hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3(3)C Pavers
HMA pavers shall be self-contained, power -propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer's recommendations
and shall effectively produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's
recommendations shall be provided upon request by the Contracting 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
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-94 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.01E
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the Engineer,
further improvement to the line, grade, cross-section, and smoothness can best be
achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the continued
approval of the Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the first course of
HMA when approved by the Engineer. Whenever the Engineer determines that any of
these methods are failing to provide the necessary vertical control, the reference lines will
be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's
approval, unless other -wise required by the contract.
Where an MTD/V 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 MTD/V shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length of
the windrow may be limited in urban areas or through intersections, at the discretion of the
Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-95 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
5-04.3 3 E Rollers
Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer's recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of
the aggregate will not be permitted. Rollers producing pickup, washboard, uneven
compaction of the surface, displacement of the mixture or other undesirable results shall
not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid
bridging across preleveled areas by the compaction equipment. Equipment used for the
compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All pavements
or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and
other foreign matter. All holes and small depressions shall be filled with an appropriate
class of HMA. The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface shall be
approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots at
a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor's operation damages the tack coat it shall be repaired prior to placement of the
HMA.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-96 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water
to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it
may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
5-04.3(41A Crack Sealin
5-04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack with
the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully
cured. The requirements of Section 1-06 will not apply to the portland cement and sand
used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks % inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer's
recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer's recommended heating time and temperatures, allowable storage time and
temperatures after initial heating, allowable reheating criteria, and application temperature
range. Confine hot poured sealant material within the crack. Clean any overflow of sealant
from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-97 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
sealing the cracks with hot poured sealant results in an excessive amount of material on
the pavement surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows,
A. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant.
B. Cracks greater than 1 inch in width — fill with sand slurry.
5-04.3(41B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is
to remain. Pavement not designated to be removed that is damaged as a result of the
Contractor's operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless
approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth
of 1.0 feet. The Engineer will make the final determination of the excavation depth
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become the
property of the Contractor and shall be disposed of in a Contractor -provided site off the
Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
5-04.3(5) Producing/Stockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes
shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-98 PROJECT 36217
CFW SPECIAL PROVISIONS VER_ 2021.018
5-04,3(6) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti -
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 25°F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these problems,
the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval
of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held
for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of
by the Contractor at no expense to the Contracting Agency. The storage facility shall have
an accessible device located at the top of the cone or about the third point. The device
shall indicate the amount of material in storage. No HMA shall be accepted from the
storage facility when the HMA in storage is below the top of the cone of the storage facility,
except as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the
mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
6-04.3 7 Spreadinci and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class 1/" and HMA Class'/"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class %" 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-99 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 0113
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3 8 Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, temporary pavement, and pavement repair. Other nonstructural
applications of HMA accepted by commercial evaluation shall be as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined
by adding the tolerances below to the approved JMF values. These values
will also be the Upper Specification Limit (USL) and Lower Specification Limit
(LS1 required uired in Section 1-06.2 2 D2
Property Non -Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
gA gregate Percent Non -Statistical Commercial Evaluation
Passing Evaluation
1", W, %", and 3/8" sieves +/- 6%
No. 4 sieve +/-6%
No. 8 Sieve +/- 6%
+/- 8%
+/-8%
No. 200 sieve +/- 2.0% 1 +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA00 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 1'/z", 1 ", 3/", '/", W, and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix design
for the asphalt binder content shall be 0.3 percent
5-04.3 9 A Vacant
5-04.3(9)B Vacant
5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken
for each class of HMA placed on a project. If used in a structural application, at least one
of the three samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the dis-cretion of the Engineer.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-101 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
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.
"4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3f9 C4 Mixture Nonstatistical Evaluation — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent
Factor
All aggregate passing: 1'/2", 1", %",'/2', W and No.4
sieves
2
All aggregate passing No. 8 sieve
15
All aggregate passing No. 200 sieve
20
Asphalt binder
40
Air Voids (Va) (where applicable)
20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toler-ance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide a
minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-102 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.018
5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF, the
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample
will be tested for a complete gradation analysis, asphalt binder content, and, at the option
of the agency, Va. The results of the retest will be used for the acceptance of the HMA in
place of the original sublot sample test results. The cost of testing will be deducted from
any monies due or that may come due the Contractor under the Contract at the rate of
$500 per sample.
5-04.3 MD Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF.
The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.300) HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The
maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified
level of density attained will be determined by the evaluation of the density of the
pavement. The density of the pavement shall be determined in accordance with WSDOT
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-103 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the
Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores
to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by
the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core" the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming to the Specifications can
be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-104 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will
be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic
control.
5-04.3001A HMA Compaction — General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way
defective, shall be removed and replaced with new hot mix that shall be immediately
compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor's option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.300113 HMA Compaction —Cyclic density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the theoretical
maximum density.
5-04.31101C Vacant
5-04.31101D HMA Nonstatistical Compaction
5-04.3 10 ❑1 HMA Nonstatistical Compaction— Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA05 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
5-04.3 10 D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3 10 D3 HMA Nonstatistical Compaction — Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF
shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset
lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will
be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear
moisture -density gauge or cores will be completed as required to provide a minimum of
three tests for evaluation.
For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF)
will be determined. The NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.3111) Reiect Work
5-04.3 11 A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the sole
discretion of the Engineer. HMA that has been rejected is subject to the requirements in
Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action
proposal to the Engineer for approval.
5-04.3011B Resection bV Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace
it with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-106 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
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 ❑ Rejection -A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent
lot in accordance with Section 1-06.2(2).
5-04.3 11 E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
5-04.301)F Reiection -A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
3. When either the PR for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3I11)G Rejection - An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.302) .faints
5-04.3 12 A HMA Joints
5-04.3021A1 'Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course
is a continuous operation or as close to continuous as possible. Unscheduled transverse
joints will be allowed and the roller may pass over the unprotected end of the freshly laid
mixture only when the placement of the course must be discontinued for such a length of
time that the mixture will cool below compaction temperature. When the Work is resumed,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-107 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
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 201-1:1V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.304A2 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.
5-04.3[12)B Bridge Paving Joint Seals
5-04.3(12)B1 HMA S_awcut 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. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer's application procedure.
5-04.3 12 B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
6-04.3 13 Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than '/ inch from the lower edge of a 10-foot straightedge
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-108 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
placed on the surface parallel to the centerline. The transverse slope of the completed
surface of the wearing course shall vary not more than inch in 10 feet from the rate of
transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place
in the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor the
sum of $500.00 for each and every section of single traffic lane 100 feet in length in which
any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre -Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.3 4 Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the Contractor's
planing equipment, using an Engineer approved method.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-109 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter -mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified
by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.3041A Pre -Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can iden-tify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre -planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected.
5-04.3114113 Paving and Planing Under Traffic
5-04.3f141B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
'I . Intersections:
a. Keep intersections open to traffic at all times, except when paving or
planing operations through an intersection requires closure. Such closure must
be kept to the minimum time required to place and compact the HMA mixture, or
plane as appropriate. For paving, schedule such closure to individual lanes or
portions thereof that allows the traffic volumes and schedule of traffic volumes
required in the approved traffic control plan. Schedule work so that adjacent
intersections are not impacted at the same time and comply with the traffic control
restrictions required by the Traffic Engineer. Each individual intersection closure
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-110 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
or partial closure, must be addressed in the traffic control plan, which must be
submitted to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an
intersection, consider scheduling and sequencing such work into quarters of the
intersection, or half or more of an intersection with side street detours. Be
prepared to sequence the work to individual lanes or portions thereof.
C. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place and
compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and
a number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before
any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
2. Temporary centerline marking, post -paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section 8-
23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation's activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre -planing briefing and pre -paving briefing. When requested by the
Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The
scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer
agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the se-quencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of temporary
pavement markings and channelizing devices after each day's planing, and
paving.
2. A copy of each intersection's traffic control plan.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-111 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021. 01 B
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day's operations as they relate
to other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day's
operations, must meet with the Engineer and discuss the proposed operation as it relates
to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations,
as applicable, as it relates to traffic control, to public convenience and safety,
and to other con -tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities
and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA12 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how pavers
and MTVs are cleaned so that one JMF does not adversely influence the other
JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04.3 15 Sealing Pavement Surfaces
Apply a fog seal where shown in the plans
Section 5-02.3. Unless otherwise approved
opening to traffic.
Construct the fog seal in accordance with
by the Engineer, apply the fog seal prior to
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3(17) Temporary Asphalt Pavement
(April 12, 2018 CFW GSP)
Section 5-04.3(17) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps for
property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any areas
of temporary pavement to be removed and replaced shall be approved by the
Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench restoration within the traveled way. Whether temporary or permanent, saw
cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-inch
pavement depth or match existing, whichever is greater. Also, fill voids created by
the removal of existing traffic islands and curbing, paving over excavated roadway
to temporary access to adjacent properties, and ramps for property access during
concrete approach construction.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-113 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for
temporary paving outside the traveled way. The cold mix shall be approved by the
Engineer and placed in a 2-inch minimum thickness. Placement of temporary
pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to
be removed and replaced require prior approval by the Engineer. This work shall
include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement.
5-04.4 Measurement
HMA Cl. 1/2 In. PG 58-22, HMA for Preleveling Cl 1/2 In. PG 58-22, and Commercial HMA
will be measured by the ton in accordance with Section 1-09.2, with no deduction being
made for the weight of asphalt binder, mineral filler, or any other component of the mixture.
If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the
material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline
of the main line Roadway. No additional measurement will be made for ramps, Auxiliary
Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest
0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior
to excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
Water will be measured by the M gallon as provided in Section 2-07.4.
(April 12, 2018 CFW GSP)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material
actually placed, with no deduction being made for the weight of liquid asphalt,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-114 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.01E
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-
"HMA Cl. 1/2 In PG 58-22", per ton.
"HMA for Preleveling Cl. 1/2 In. PG 58-22", per ton.
The unit Contract price per ton for "HMA Cl. 1/2 In PG 58-22" and "HMA for Preleveling
Cl. 1/2 In PG 58-22" 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.
"Planing Bituminous Pavement", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement' shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
"Temporary Pavement Marking", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8-23.5.
END OF DIVISION 5
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA15 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
DIVISION 6
STRUCTURES
6-13 STRUCTURAL EARTH WALLS
6-13.1 Description_
(April 12, 2018 CFW GSP)
Section 6-13.1 is supplemented with the following:
The work consists of constructing Modular Block Walls in accordance with the details in
the plans. Modular block walls are defined as Structural Earth Walls constructed of
standard unit blocks, without geogrid or anchor reinforcing. Construction and installation
must conform to the manufacturer's specific requirements.
6-13.2 Materials
(January 2, 2018 WSDOT GSP, OPTION 3)
Section 6-13.2 is supplemented with the following:
Concrete Block Faced Structural Earth Wall Materials
General Materials
Concrete Block
Acceptability of the blocks will be determined based on the following:
1. Visual inspection.
2. Compressive strength tests, conforming to Section 6-13.3(4).
3. Water absorption tests, conforming to Section 6-13.3(4).
4. Manufacturer's Certificate of Compliance in accordance with Section 1-
06.3.
5. Freeze -thaw tests conducted on the lot of blocks produced for use in this
project, as specified in Section 6-13.3(4).
6. Copies of results from tests conducted on the lot of blocks produced for this
project by the concrete block fabricator in accordance with the quality
control program required by the structural earth wall manufacturer.
The blocks shall be considered acceptable regardless of curing age when
compressive test results indicate that the compressive strength conforms to the
28-day requirements, and when all other acceptability requirements specified
above are met.
Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140,
and shall include block fabrication plant approval by WSDOT prior to the start of
block production for this project.
Mortar
Mortar shall conform to ASTM C 270, Type S, with an integral water repellent
admixture as approved by the Engineer. The amount of admixture shall be as
recommended by the admixture manufacturer. To ensure uniform color, texture,
and quality, all mortar mix components shall be obtained from one manufacturer
for each component, and from one source and producer for each aggregate.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA16 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Geosynthetic Soil Reinforcement
Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product
listed in Appendix D of the current WSDOT Qualified Products List (QPL). The
values of Ta, and Tuft as listed in the QPL for the products used shall meet or exceed
the values required for the wall manufacturer's reinforcement design as specified
in the structural earth wall design calculation and working drawing submittal.
The minimum ultimate tensile strength of the geogrid shall be a minimum average
roll value (the average test results for any sampled roll in a lot shall meet or exceed
the values shown in Appendix D of the current WSDOT QPL). The strength shall
be determined in accordance with ASTM D 6637, for multi -rib specimens.
The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be
a minimum of 70 percent strength retained after 500 hours in the weatherometer.
The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the
wall or slope face) ribs that make up the geogrid shall be perpendicular to one
another. The maximum deviation of the cross -rib from being perpendicular to the
longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The
maximum deviation of the cross -rib at any point from a line perpendicular to the
longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches.
The gap between the connector and the bearing surface of the connector tab
cross -rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs
may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining
connector tabs shall not exceed 0.3 inches.
The Engineer will take random samples of the geogrid materials at the job site.
Approval of the geogrid materials will be based on testing of samples from each
lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by
the same manufacturer during a continuous period of production at the same
manufacturing plant having the same product name. The Contracting Agency will
require 14 calendar days maximum for testing the samples after their arrival at the
WSDOT Materials Laboratory in Tumwater, WA.
The geogrid samples will be tested for conformance to the specified material
properties. If the test results indicate that the geogrid lot does not meet the
specified properties, the roll or rolls which were sampled will be rejected. Two
additional rolls for each roll tested which failed from the lot previously tested will
then be selected at random by the Engineer for sampling and retesting. If the
retesting shows that any of the additional rolls tested do not meet the specified
properties, the entire lot will be rejected. If the test results from all the rolls retested
meet the specified properties, the entire lot minus the roll(s) which failed will be
accepted.
All geogrid materials which have defects, deterioration, or damage, as determined
by the Engineer, will be rejected. All rejected geogrid materials shall be replaced
at no expense to the Contracting Agency.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA17 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
Except as otherwise noted, geogrid identification, storage and handling shall
conform to the requirements specified in Section 2-12.2. The geogrid materials
shall not be exposed to temperatures less than —20F and greater than 122F.
Drainage Geosynthetic Fabric
Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the
requirements in Section 9-33.1, for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class B.
Proprietary Materials
Allan Block Wall
Wall backfill material placed in the open cells of the precast concrete blocks and
placed in the one to three foot zone immediately behind the precast concrete
blocks shall be crushed granular material conforming to Section 9-03.9(3).
GEOWALL Structural Earth Retaining Wall System
Connection pins shall be fiberglass conforming to the requirements of Basalite
Concrete Products, LLC.
KeyGrid Wall
Keystone connection pins shall be fiberglass conforming to the requirements of
Keystone Retaining Wall Systems, Inc.
Landmark Retaining Wall
Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the
following requirements:
Property
Value
Specification
Specific Gravity
1.4 minimum
ASTM D 792
Tensile Strength at
field
2,700 psi
minimum
ASTM D 638
Lock bars shall remain sealed in their shipping containers until placement into the
wall. Lock bars exposed to direct sunlight for a period exceeding two months shall
not be used for construction of the wall.
Mesa Wall
Block connectors for block courses with geogrid reinforcement shall be glass fiber
reinforced high -density polypropylene conforming to the following minimum
material specifications:
Property
Specification
Value
ASTM D 4101
Polypropylene
Group 1 Class 1
73 ± 2 percent
Grade 2
Fiberglass
ASTM D 2584
25 ± 3 percent
Content
Carbon Black
ASTM D 4218
2 percent
minimum
Specific
ASTM D 792
1.08 ± 0.04
Gravity
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-118 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
Tensile 8,700 ± 1,450
Strength at ASTM D 638
yield psi
Melt Flow ASTM D 1238 0.37 ± 0.16
Rate ounces/10 min.
Block connectors for block courses without geogrid reinforcement shall be glass
fiber reinforced high -density polyethylene (HDPE) conforming to the following
minimum material specifications:
Property
Specification
Value
ASTM D 1248
HDPE
Type III Class A
68 ± 3 percent
Grade 5
Fiberglass
ASTM D 2584
30 ± 3 percent
Content
Carbon
ASTM D 4218
2 percent minimum
Black
Specific
ASTM D 792
1.16 ± 0.06
Gravity
Tensile
Strength
ASTM D 638
8,700 ± 725 psi
at yield
Melt Flow
ASTM D 1238
0.11 ± 0.07
Rate
ounces/10 min.
(April 12, 2018 CFW GSP)
Section 6-13.2 is supplemented with the following:
Modular block wall facing shall be straight face standard blocks, 8-inches in height, 12 to
18-inches in width, and a maximum depth of 18 inches, unless otherwise approved by the
City. Blocks shall be concrete grey in color. Wall shall be capable of being installed with
a vertical or near vertical wall batter.
ANTI -GRAFFITI COATING
Anti -graffiti coating shall be a non -sacrificial, clear, UV stable, anti -graffiti sealer suitable
for vertical and horizontal concrete and rough stone surfaces and shall have the following
characteristics:
9 Meet or exceed ASTM D6578 Graffiti test
a Non -reactive, zero VOC, AQMD, and CARB compliant
Allow moisture vapor to escape while not allowing moisture to penetrate
UNIT FILL
Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation
requirements, tested in accordance with ASTM D-422. The percent fracture requirement
shall be 75% minimum. The fracture requirement shall be at least one fractured face and
will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP
forAASHTO PT 61.
Sieve Percent
Size Passin
1 inch 100
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA19 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
3/ inch 75-100
No.4 0-10
No. 50 0-5
6-13.3 Construction Requirements
(January 2, 2018 WSDOT GSP, OPTION 3)
Section 6-13.3 is supplemented with the following:
Concrete Block Faced Structural Earth Wall
Concrete block faced structural earth walls shall be constructed of only one of the following
wall systems. The Contractor shall make arrangements to purchase the concrete blocks,
soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the
source identified with each wall system:
Allan Block Wall
Allan Block Wall is a registered trademark of the Allan Block Corporation
Allan Block Corporation
7424 W 78th Street
Bloomington, MN 55439
(800) 899-5309
FAX (952) 835-0013
www.allanblock.com
GEOWALL Structural Earth Retaininq Wall System
GEOWALL is a registered trademark of Basalite Concrete Products, LLC
Basalite Concrete Products, LLC
3299 International Place
Dupont, WA 98327-7707
(800) 964-9424
FAX: (253) 964-5005
www.basalite.com
Redi-Rock Positive Connection System
Redi-Rock Positive Connection System
International, LLC
Redi-Rock International, LLC
05481 US 31 South
Charlevoix, MI 49720
(866) 222-8400
FAX (231) 237-9521
www.redi-rock.com
is a registered trademark of Redi-Rock
Mesa Wall
Mesa Wall is a registered trademark of Tensar Corporation
Tensar Corporation
2500 Northwinds Parkway Suite 500
Atlanta, GA 30009
(770) 334-2090
FAX (678) 281-8546
www.tensarcorp.com
Landmark Retaininci Wall System
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-120 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021.018
Landmark Retaining Wall System is
Systems, Inc.
Anchor Wall Systems, Inc.
5959 Baker Road, Suite 390
Minnetonka, MN 55345-5996
(877) 295-5415
FAX (952) 979-8454
www.anchorwall.com
a registered trademark of Anchor Wall
KeyGrid Wall
KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc.
Keystone Retaining Wall Systems, Inc.
4444 West 781h Street
Minneapolis, MN 55435
(800) 747-8971
FAX (952) 897-3858
www.keystonewalls.com
(April 12, 2018 CFW GSP)
Section 6-13.3 is supplemented with the following:
Unit Fill
A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face.
Unit fill shall be placed within cores of blocks before next layer of blocks is placed, unless
otherwise recommended by the block manufacturer. Filling of block cores with unit fill after
multiple levels of the wall has been constructed will not be allowed.
Concrete Blocks
Modular block wall shall be installed as shown in the plans with a vertical or near vertical
batter. Geogrid or anchor reinforcements shall not be used where they would extend
outside of the right-of-way or tie -back easements. The contractor -supplied design shall
incorporate a proposed block that will accommodate these design parameters.
Only one style of precast concrete block shall be allowed on the project. Once approved,
all precast concrete blocks shall be of the same manufacture and style for all modular
block and structural earth walls.
Ends of walls shall have finished end/corner blocks or be wrapped back into slope so that
unfinished sides of blocks are not visible. Exposed ends of levels at wall steps shall also
have finished end/corner blocks.
Contractor is responsible to ensure any wall batter is taken into account when staking
wall location so that full sidewalk widths shown on plans is constructed.
6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
(April 2, 2012 WSDOT GSP, OPTION 2)
Section 6-13.3(5) is supplemented with the following:
Specific Erection Requirements for Precast Concrete Block Faced Structural
Earth Walls
Landmark Retaining Wall
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA21 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
When placing each course of concrete blocks, the Contractor shall pull the
blocks towards the front face of the wall until the male key of the bottom
face of the upper block contacts and fits into the female key of the top face
of the supporting block below.
A maximum gap of 1/8-inch is allowed between adjacent concrete blocks,
except for the base course set of concrete blocks placed on the leveling
pad. A maximum gap of 1-inch is allowed between adjacent base course
concrete blocks, provided geosynthetic reinforcement for drains is in place
over the gap at the back face of the concrete blocks.
Lock bars shall be installed in the female key of the top face of all concrete
block courses receiving geogrid reinforcement. Gaps between adjacent
lock bars in the key shall not exceed 3-inches. The lock bar shall be
installed flat side up, with the angled side to the back of the concrete block,
as shown in the shop drawings.
Geogrid reinforcement shall be placed and connected to concrete block
courses specified to receive soil reinforcement. The leading edge of the
geogrid reinforcement shall be maintained within 1-inch of the front face of
the supporting concrete blocks below. Geogrid panels shall be abutted for
100 percent backfill coverage with less than a 4-inch gap between adjacent
panels.
Backfill shall be placed and compacted level with the top of each course of
concrete blocks, and geogrid reinforcement placed and connected to
concrete block courses specified to receive soil reinforcement, before the
Contractor may continue placing the next course of concrete blocks.
Mesa Wall
For all concrete block courses receiving geogrid reinforcement, the fingers
of the block connectors shall engage the geogrid reinforcement apertures,
both in the connector slot in the block, and across the block core. For all
concrete block courses with intermittent geogrid coverage, a #3 steel
reinforcing bar shall be placed, butt end to butt end, in the top block groove,
with the butt ends being placed at a center of a concrete block.
6-13.4 Measurement
(April 1 Z 2018 CFW GSP)
Section 6-13.4 is supplemented with the following:
Modular Block Wall shall be measured by the square foot of completed wall in place. The
vertical limits for measurement are from the top of the base leveling pad to the top of the
top course of blocks (including cap blocks) of the exposed finished face. The horizontal
limits for measurement are from the end of wall to the end of wall along the length of the
exposed finished face.
6-13.5 Payment
(April 1 Z 2018 CFW GSP)
Section 6-13.5 is supplemented with the following
"Modular Block Wall", per square foot.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-122 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The unit Contract price per square foot for "Modular Block Wall" shall be full payment for
all costs to perform the Work in connection with constructing modular block walls, including
leveling pads.
The unit contract price per square foot for Structural Earth Wall and/or Modular Block Wall
shall be full compensation for the complete construction of the retaining wall(s) as shown
in the Plans. This includes all other items as may be required to complete the work as
specified including but not limited to: engineering design, structure excavation, haul,
shoring, modular block units, cap units, end/corner units, shear connectors, tie-
back/geogrid system, anti -graffiti coating, base leveling pad, backfill, unit fill, gravel backfill
for drain, gravel borrow for structural earth walls, non -woven geotextile, and wall drainpipe
including cleanouts. All components of walls shown in Plan details or required for a
complete and finished wall are included in this bid item.
6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
6-16.3 $ Concrete Fascia Panel
(February 19, 2021 DASH147TH GSP)
Section 6-16.3(8) is supplemented with the following:
An anti -graffiti coating shall be applied to the concrete face of the wall.
ANTI -GRAFFITI COATING
Anti -graffiti coating shall be a non -sacrificial, clear, UV stable, anti -graffiti sealer suitable
for vertical and horizontal concrete and rough stone surfaces and shall have the following
characteristics:
■ Meet or exceed ASTM D6578 Graffiti test
a Non -reactive, zero VOC, AQMD, and CARB compliant
41 Allow moisture vapor to escape while not allowing moisture to penetrate
6-16.4 Measurement
(February 19, 2021 DASH147TH GSP)
Section 6-16.4 is supplemented with the following:
The soldier pile retaining wall with shotcrete facing will be measured by square foot face
front of wall, measured from the front base of wall at finished grade to the top of wall, for
the length of the wall, as shown on the Drawings.
6-16.5 Payment
(February 19, 2021 DASH147TH GSP)
Section 6-16.5 is supplemented with the following:
"Soldier Pile Retaining Wall with Shotcrete Facing", per square foot.
All costs in connection with furnishing the soldier pile retaining wall with shotcrete facing
shall be included in the unit Contract price per square foot of face front of wall, including
all costs for the following as shown on the Drawings:
1. Constructing the soldier pile shafts, shaft excavation, temporary casing if
used, CDF, lean concrete Class 4000P, and installing the soldier pile
assembly.
2. Furnishing the soldier pile assemblies including fabricating the pile
assemblies, and field splicing and field trimming the soldier piles.
3. Furnishing and installing the lagging.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA23 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
4. Furnishing and installing the prefabricated drainage mat.
5. Constructing the shotcrete facing, matching the finish and color of the
adjacent wall as shown on the Drawings.
The unit contract price per square foot for Soldier Pile Retaining Wall with Shotcrete
Facing shall be full compensation for the complete construction of the retaining wall(s) as
shown in the Plans. This includes all other items as may be required to complete the work
as specified including but not limited to: engineering design, structure excavation, haul,
shoring, anti -graffiti coating, backfill, unit fill, gravel backfill for drain, gravel borrow for
structural earth walls, non -woven geotextile, and wall drainpipe including cleanouts. All
components of walls shown in Plan details or required for a complete and finished wall are
included in this bid item.
END OF DIVISION 6
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-124 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-01.1 Description
(April 12, 2018 CFW GSP)
Section 7-01.1 is supplemented with the following:
This work consists of removing and installing catch basins and connecting wall drains to
the storm drainage system.
7-01.3 Construction Requirements
7-01.3(3) Cleanouts and Fittings for Drain and Underdrain Pipe
(April 12, 2018 CFW GSP)
Section 7-01.3(3) is a new section:
The Contractor shall install cleanouts at the terminal end of any drain or underdrain
pipe not entering into a drainage structure. Cleanouts shall be installed at 150'
maximum spacing with a maximum of two (2) cleanouts per section of drain or
underdrain pipe.
7-01.5 Payment
(April 12, 2018 CFW GSP)
Section 7-01.5 is supplemented with the following:
Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or
native material if approved by the engineer), construction geotextile, connections to new
or existing storm drainage structures, haul and disposal of trench material to be wasted
including unsuitable material, cleaning, and testing will not be measured as these items
are incidental to the drain pipe and/or underdrain pipe pay item(s).
7-04 STORM SEWERS
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
(April 12, 2018 CFW GSP)
Section 7-04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-
04.3(1) of the Standard Specifications, except as modified herein:
Any departures from the best construction practices by the Contractor, such as
pipe line misalignment, presence of foreign matter in the pipes or catch basins,
poor catch basin construction, etc., shall be corrected by the Contractor at the
Contractor's own expense. Testing will not be authorized until such corrections
have been made to the satisfaction of the Engineer.
7-04.5 Payment
(June 12, 2020 CFW GSP)
Section 7-04.5 is supplemented with the following:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-125 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
"Ductile Iron Storm Sewer Pipe _ In. Diam.", per linear foot.
Section 7-04.5 is modified as follows:
The unit contract price per linear foot of storm sewer pipe of the type and size specified
shall be full pay for furnishing all tools, labor, and equipment, and materials necessary for
its complete installation, including, but not limited to: sawcutting, pavement removal,
trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe
bedding, imported or native backfill, compaction, connection to new or existing storm
sewers or drainage structures, haul and disposal of trench material to be wasted including
unsuitable material, cleaning and testing, and costs related to maintaining existing
drainage system during construction or to provide temporary drainage systems. 90% of
payment will be made once the storm sewer pipe is installed. The remaining 10% will be
paid once pipe testing has been completed with satisfactory results. The engineer will
have the discretion to adjust these payment percentages as may be appropriate. Payment
percentages may be adjusted for any reason the engineer deems necessary, including
but not limited to, a high number of unsatisfactory test results.
7-06 MANHOLES, INLETS, CATCH BASINS. AND DRYWELLS
7-05.3 Construction Requirements
(April 1 Z 2018 CFW GSP)
Section 7-05.3 is supplemented with the following:
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified on the plans or as directed by the
Engineer.
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties, must
meet ADA requirements and be slip -resistant. Acceptable slip -resistant products are:
1. Mebacl manufactured by IKG Industries.
2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1 /2 inch wide or less the slip -resistant treatment
may be omitted on that portion of the frame.
The slip -resistant lid shall be identified with permanent marking on the underside indicating
the type of surface treatment ("M1" for Mebac 1; "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.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-126 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Locking vs Non -Locking Lid
All lids and frames shall be locking unless shown as non -locking on plans
or directed otherwise by the Engineer. The Contractor shall place anti -
seize compound on all locking lid bolts prior to the final project punch list
inspection.
Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that
accept surface runoff (i.e. those located along a gutter flow line). Catch
basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer.
Heavy -Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round,
solid lids are required as outlined above.
7-05.3 1 Admusting 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
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA27 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The
joint between the patch and existing pavement shall then be painted with asphalt
for tack coat and immediately covered with dry paving sand before the asphalt for
tack coat solidifies.
7-05.3(3) Connections to Existing Manholes
(April 12, 2018 CFW GSP)
Section 7-05.3(3) is supplemented with the following:
The requirements of this section shall also apply to connections to existing catch
basins.
7-05.3 5 Connections to Existing Pipe
(April 12, 2018 CFW GSP)
Section 7-05.3(5) is a new section:
The contractor shall connect (or reconnect) existing pipes to new manholes or
catch basins without obstructing flow from upstream locations.
7-05.3(6) Cleaning
(April 12, 2019 CFW GSP)
Section 7-05.3(6) is a new section:
Prior to final project acceptance by the City, the Contractor shall be responsible to
ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of
sediment and debris.
7-05.5 Pay
(June 12, 2020 CFW GSP)
Section 7-05.5 is supplemented with the following:
The unit contract price for catch basins and/or manholes shall be full pay for furnishing all
labor, tools, equipment, and materials necessary to complete each unit according to the
Plans and Specifications. This includes all sawcutting, pavement removal and disposal,
excavation, dewatering (if required), temporary flow bypass, connections to existing and
new pipe, foundation material, bedding, imported or native backfill, compaction, surface
restoration, testing, cleaning, and furnishing and placing of all accessories and conversion
risers, temporary patching hot mix to allow for the passage of traffic, and other items as
applicable. Frames and grates or rings and covers, grade rings and adjustment risers
including conversion risers shall be considered incidental to this bid item and will not be
measured for separate payment. 50% of payment will be made once the catch basin or
manhole is installed and the pipe inlets and outlets are grouted. The remaining 50% will
be paid once risers/rings are grouted to the satisfaction of the City and frame/grate is
installed.
The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust
Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require
adjustment to grade by addition or removal of adjustment risers. The unit contract price
includes all labor, tools, equipment, and materials necessary to adjust drainage structures
to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic,
restoration of the area around the adjusted structure, and providing new rings and covers
or frames and grates. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy
duty, solid, round locking lid) shall be included in this bid item. Grade rings and adjustment
risers (concrete or high -impact) shall be considered incidental to this bid item and will not
be measured for separate payment. Payment will be made once the adjustment is fully
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA28 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
complete and grouted. Partial payment will not be made if risers have been added, but
the grouting has not been completed to the satisfaction of the City.
The unit contract price for "Connection to Drainage Structure" applies to connecting new
storm drain pipe to existing storm drainage catch basins and manholes and includes all
labor, tools, equipment, and materials necessary to core drill the existing drainage
structure and provide the necessary pipe connection. Any associated sawcutting,
pavement removal and disposal, excavation, imported or native backfill, compaction, and
pavement restoration are incidental to this bid item.
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.5 Payment
(April 1 Z 2018 CFW GSP)
Section 7-07.5 is replaced with the following:
All costs associated with cleaning existing drainage structures shall be considered
incidental to and included in the various bid items and no additional payment shall be
made.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)A Trenches
(April 1 Z 2018 CFW GSP)
Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe -laying
operations and the trench so maintained until the ends of the pipe are sealed and
provisions are made to prevent floating of the pipe. Trench water or other deleterious
materials shall not be allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced on
the plans. All such pavement markings damaged by trenching shall be repaired after
trenching is backfilled and restored. The new pavement markings shall match the
damaged pavement marking. All pavement marking repair cost shall be incidental to the
pipe installation, including all necessary labor and materials.
7-08.3(3) Backfilling_
(April 1 Z 2018 CFW GSP)
Section 7-08.3(3) is supplemented with the following:
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact
or overloading. Water settling will not be permitted.
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, it shall be used at other locations on the project as directed by the
Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The
cost of transporting the excess backfill material shall be considered incidental to the pipe
or structure backfilled.
END OF DIVISION 7
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA29 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
DIVISION 8
MISCELLANEOUS CONSTRUCTION
1 ■1.1 [fig11■
8-01.1 Description
8-01.1(1) Definitions
(February 25, 2021 WSDOT GSP OPT 1)
Item 1 C of Section 8-01.1(1) is revised to read:
May be neutralized and discharged to surface waters or neutralized and infiltrated.
(February 25, 2021 WSDOT GSP OPT 2)
Item 2E of Section 8-01.1(1) is revised to read:
May be neutralized, treated, and discharged to surface waters or neutralized and
infiltrated in accordance with the CSWGP, with the exception of water -only shaft
drilling slurry. Water -only shaft drilling slurry may be treated, neutralized, and
infiltrated but not discharged to surface waters (Refer to Special Conditions S1.C.
Authorized Discharges and S1.d Prohibited Discharges of the CSWGP).
8-01.3 Construction Requirements
8.01.30) General
(April 12, 2018 CFW GSP)
The first paragraph of 8-01.3(1) is deleted and replaced with the following:
The Contractor shall install a high visibility fence along the right-of-way lines, as
shown in the Plans, or as instructed by the Engineer.
8-01.301A Submittals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department of
Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall prepare
review and modify the SWPPP as necessary to be consistent with the actual work
schedule, sequencing, and construction methods that will be used on the project.
The Contractor's SWPPP shall meet the requirements of the general permit. The
Contractor's modifications to the SWPPP shall also incorporate the content and
requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan
in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-130 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the requirements
of the current edition of the WSDOT Temporary Erosion and Sediment Control
Manual M 3109 and be adapted as needed throughout construction based on site
inspections and discharge samples to maintain compliance with the CSWGP. The
Contractor shall develop a schedule for implementation of the SWPPP work and
incorporate it into the Contractor's progress schedule.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified in
the General Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season-
D. BMPs that will be removed at the end of each construction season-
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using
project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall
provide the following at no additional cost to the Contracting agency:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-131 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
1. The necessary SWPPP revisions and on -site measures/revisions including
additional source control, BMP maintenance, and/or additional stormwater
treatment BMPs that are necessary to prevent continued exceedance of
turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
(February 25, 2021 WSDOT GSP OPT 2)
The second sentence of the first paragraph of Section 8-01.3(1)B is revised to read:
The ESC Lead shall have, for the life of the Contract, a current Certificate of
Training in construction Site Erosion and Sediment Control from a course approved
by the Washington State Department of Ecology.
8-01.3(1)B Erosion and Sediment Control (ESC) Lead
(February 25, 2021 WSDOT GSP OPT 3)
The second sentence of the second paragraph of Section 8-01.3(1)B (excluding the
numbered list) is revised to read:
Implementation shall include, but is not limited to:
8-01.3(2) Seeding, Fertilizing, and Mulching
8-01.3(2)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and
approved by the Engineer. The application rate shall be two pounds per
1000 square feet. Fertilizer shall be a commercially prepared mix of 10-
20-20 and shall be applied at the rate of 10 pounds per 1000 square feet.
8-02.3 Construction Requirements
8-02.30) Responsibility During Construction
(April 12, 2018 CFW GSP)
Section 8-02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and
associated roadside work is completed. Landscape materials shall not be installed
until weather permits and installation has been authorized by the Engineer. If water
restrictions are anticipated or in force, planting of landscape materials may be
delayed.
Throughout planting operations, the Contractor shall keep the premises clean, free of
excess soils, plants, and other materials, including refuse and debris, resulting from the
Contractor's work. At the end of each work day, and as each planting area is completed,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-132 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to
the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the
Contractor shall remove surplus soils, materials, and debris from the construction site and
shall leave the project in a condition acceptable to the Engineer.
8-02.3(5) Planting Area Preparation
(April 12, 2018 CFW GSP)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of six -inches (6") except within critical root zones of existing trees to remain, as
noted on plans. Scarified subgrade shall be inspected and approved by the
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two -inches (2") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless
otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow to
surface drainage and prevents ponding.
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
The costs of removing all excess material and debris shall be considered incidental
to and included in the unit contract prices of other items in this contract.
8-02.3(6)B Fertilizers
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-02.3(6)B is supplemented with the following:
Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at
the rate of 10 pounds per 1000 square feet.
8-02.3 9 B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 2)
Section 8-02.3(9)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and accepted by
the Engineer. The application rate shall be two pounds per 1000 square feet.
8-02.300) Fertilizer
(April 12, 2018 CFW GSP)
Section 8-02.3(10) is supplemented with the following:
All fertilizers shall be furnished in standard unopened containers with weight, name
of plant nutrients and manufacturer's guaranteed statement of analysis clearly
marked, in accordance with State and Federal law.
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-133 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
8-02.301) Bark or Wood ChiP Mulch_
(April 12, 2018 CFW GSP)
Section 8-02.3(11) is supplemented with the following:
Bark Mulch shall be placed over all tree planting pits to a depth no less than two
(2) inches, or as detailed on the Plans. Thoroughly water and hose down plants
with a fine spray to wash the leaves of the plants immediately after application.
8-02.3 13) Plant Establishment
(April 12, 2018 CFW GSP)
Section 8-02.3(13) is supplemented with the following:
Plant establishment shall consist of insuring resumption and continued growth of
all planted materials including trees, shrubs, ground cover, and seeded areas for
a period of one (1) year. This shall include, but is not limited to, labor and materials
necessary or removal and replacement of any rejected plant material planted
under this contract.
8-02.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard
in the haul conveyance at the point of delivery.
"Seeded Lawn" will be measured in square yards of actual lawn completed, established,
and accepted.
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
8-02.5 Payment
(April 12, 2018 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Bark 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.
8-04.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-04.3 is supplemented with the following:
The sub -base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White -pigmented curing compounds will not be allowed.
The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA34 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow
paint. Paint and application shall conform to the Standard Specifications for traffic paint
striping.
8-04.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-04.4 is supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to the
unit price of the type of curb.
8-09 ED PAVEMENT MARKERS
8-09.1 Description
(December 12, 2012 CFW GSP)
Section 8-09.1 is supplemented with the following:
RPM's shall be installed per City of Federal Way Standard Details.
8-09.2 Materials
(December 12, 2012 CFW GSP)
Section 8-09.2 is supplemented with the following:
RPM's shall not be ceramic.
8-12 CHAIN LINK FENCE AND WIRE FENCE
8-12.2 Materials
(September 8, 2020 WSDOT GSP OPTION 1)
Section 8-12.2 is supplemented with the following:
Coated Chain Link Fence
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 the
Engineer with the manufacturer's written specifications detailing the product and method
of fabrication. The color shall match SAE AMS Standard 595 color number 37038 (black),
or be as approved by the Engineer.
Samples of the coated fencing materials shall have received the Engineer's acceptance
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.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-135 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
8-12.5 Payment
(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.
Far-FAWTUMem :_ is
8-14.3(5) Detectable Warnina Surface
(January 13, 2021 WSDOT GSP, OPT 1)
The first paragraph of Section 8-14.3(5) is revised to read:
The detectable warning surface shall be located as shown in the Contract Plans or
Standard Plans. Placement of the detectable warning surface shall be in accordance
with the manufacturer's recommendation for placement in fresh concrete, before the
concrete has reached initial set, or on a hardened cement concrete surface. Glued or
stick down Detectable Warning Surfaces are allowed on asphalt surfaces only for
temporary work zone applications.
(April 12, 2018 CFW GSP)
Section 8-14.3(5) is supplemented with the following
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces
shall be liquid -applied Vanguard ADA Systems, or approved equal.
S»20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION
SYSTEMS, AND ELECTRICAL
8-20.1 Description
8-20.1(1) Regulations and Code
(March 13, 2012 CFW GSP)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget
Sound Energy and the Washington State Department of Labor and Industries.
8-20.1 2 Industry Codes and Standards
(March 13, 2012 CFW GSP)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.1(3) Permitting and Inspections
(April 12, 2018 CFW GSP)
Section 8-20.1(3) is supplemented with the following:
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work involved.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-136 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
8-20.2 Materials
Section 8-20.2 is supplemented with the following:
(March 13, 2012 CFW GSP)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications).
(September 3, 2019 WSDOT GSP, OPTION 1)
Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, and Pull Boxes
Where slip -resistant junction boxes, cable vaults, or pull boxes are required, each box or
vault shall have slip -resistant surfacing material applied to the steel lid and frame of the
box or vault. Where the exposed portion of the frame is 1/2 inch wide or less, slip resistant
surfacing material may be omitted from that portion of the frame.
Slip -resistant surfacing material shall be identified with a permanent marking on the
underside of each box or vault lid where it is applied. The permanent marking shall be
formed with a mild steel weld bead, with a line thickness of at least 1/8 inch. The marking
shall include a two character identification code for the type of material used and the year
of manufacture or application. The following materials are approved for application as
slip -resistant material, and shall use the associated identification codes:
1) Harsco Industrial IKG, Mebac #1 — Steel: M1
2) W.S. Molnar Co., SlipNOT Grade 3 — Coarse: S3
3) Thermion, SafTrax TH604 Grade #1 — Coarse: T1
8-20.201 Equipment List And Drawings
(January 26, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre -construction conference, the Contractor shall
submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
Manufacturer's technical information shall be submitted for signal, Safe City
Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate
Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and
all other items to be used on the project. Approvals by the Engineer must be
received before material will be allowed on the job site. Materials not approved will
not be permitted on the job site.
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-20.2(1) is supplemented with the following:
Pole base to light source distances (1-11) for lighting standards with pre -approved
plans shall be as noted in the Plans.
Pole base to light source distances (1-11) for lighting standards without pre -
approved plans will be furnished by the Engineer as part of the final approved shop
drawings, prior to fabrication.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-137 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021
8-20.3 Construction Requirements
8-20.30) General
(May 15, 2000 WSDOT NWR GSP, OPTION 2)
Section 8-20.3(1) is supplemented with the following:
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the
service cabinet, is energized within 72 hours of installation.
(May 15, 2000 WSDOT NWR GSP, OPTION 6)
Section 8-20.3(1) is supplemented with the following:
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the
job site without the Engineer's approval.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
Abandoned conduit encountered during excavation shall be removed to the
nearest outlets or as directed by the Engineer.
Remove foundations entirely, unless the Plans state otherwise.
Backfill voids created by removal of foundations and junction boxes.
Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
(November 14, 2014 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
Removed signal and electrical equipment which remains the property of the City
shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-138 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Renton, Washington 98056
Phone: 206-396-3763
Forty eight (48) working hours advance notice shall be communicated to both the
Engineer and the Signal Technician at the address listed above. Delivery shall
occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material
will not be accepted without the required advance notice.
The Contractor shall be responsible for unloading the equipment where directed
by the Engineer or Signal Tech at the delivery site.
Equipment damaged during removal or delivery shall be repaired or replaced to
the Engineer's satisfaction at no cost to the City.
8-20.3(2) Excavatincl and Backfilliny
(January 8, 2013 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system. Trenching shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an approved
manner. The trench bottom shall be graded to provide a uniform grade.
2. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing
pavement section, whichever is greatest. The asphalt concrete surface cuts
shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal
immediately before resurfacing, applied to the entire edge and full depth of
the pavement cut. Immediately after compacting the new asphalt surface
to conform to the adjacent paved surface, all joints between new and
original pavement shall be filled with joint sealant meeting the requirements
of Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified.
4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way
and outside the traveled way shall have a minimum of twenty-four inches
(24") cover over conduits. Such trenches shall be backfilled with bedding
material two inches (2") above and below the conduit, with the remaining
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-139 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
depth of trench backfilled with bank run gravel unless the Engineer
determines that spoils from the trench excavation are suitable for backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surrounding ground, including a
matching depth of top soil, mulch and/or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible.
Backfill shall be carefully placed so that the backfilling operation will not disturb the
conduit in any way. The backfill shall be thoroughly mechanically tamped in
eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of
maximum density in traveled ways, and ninety percent (90%) of maximum density
elsewhere at optimum soil moisture content.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the
public.
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(April 1 Z 2018 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
Underground utilities of record are shown on the construction plans insofar as
information is available. These, however, are shown for convenience only and the
City assumes no responsibility for improper locations or failure to show utility
locations on the construction plans.
The location of existing underground utilities, when shown on the plans, is
approximate only, and the Contractor shall be responsible for determining their
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all utilities
may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of the
Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-140 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, orjunction boxes. The
Contractor shall get approval from the Engineer prior to installation. The Contractor
may consider changing depth or alignment of conduit to avoid utility conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the surface
by the various utility companies. If a conflict is identified, the following process shall
be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
the foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the exact
location of other utilities. Potholing must be approved by the Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8-20.3(4) Foundations
(November 2, 2020 CFW GSP)
Section 8-20.3(4) is supplemented with the following:
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination or flashing beacon bid
items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the
pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad
shall be flush with the sidewalk. A construction joint shall be provided between the
two units.
The foundation for the controller and service cabinets shall conform to the detail
on the Plans. Conduits shall be centered horizontally except service conduit,
which shall be placed at the side of the power panel.
Foundations for Type I traffic signal poles shall conform to Standard Plan J-21.10.
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-141 PROJECT 36217
CFW SPECIAL PROVISIONS VER_ 2021. 01B
Foundations for streetlight poles shall conform to City of Federal Way Drawing
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.3 4A Controller Foundations
(November 5, 2012 CFW GSP)
Section 8-20.3(4)A is a new section:
The controller foundation shall conform to the City of Federal Way's Drawing No.
3-45B and 3-45C included in the Appendix of these Specifications.
Additionally, the pad mount shall conform to the following:
1. The concrete pedestal height shall be 20 inches.
2. The spare two-inch conduit shall run to the nearest junction box, unless
placement of such would exceed the junction box capacity in which case
the spare two-inch conduit shall run to the next nearest junction box.
3. Conduits shall be centered horizontally except service conduit which shall
be placed at the side of the power panel.
4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides.
5. Unit shall be mounted on a cement concrete pad per Plan Details.
6. Conduits shall be placed in the front 1/3 of the foundation. Foundations
constructed with conduits located within the three (3) inch cabinet
mounting flange shall be removed and reconstructed. Modification of the
three (3) inch cabinet mounting flange will not be accepted.
The service cabinet foundation shall also be constructed on the larger cement
concrete pad noted on the Plans and shall conform to the City of Federal Way's
Drawing No. 3-45 included in the Appendix of these Specifications.
8-20.3(5) Conduit
8-20.3 5 A General
(March 16, 2011 CFW GSP)
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall be
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-142 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
approved by the Engineer prior to starting
abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
work. The recommended owner/type
Traffic signal interconnect shall be placed, wherever feasible, in the joint
utility trench being constructed under this contract (if applicable). This work
shall be coordinated with the other utilities to ensure a 2" minimum conduit
is provided solely for the traffic signal interconnect. Conduit size shall be
verified with City Traffic Engineer prior to installation.
8-20.3(5)A1 Fiber Optic Conduit
(June 24, 2013 WSDOT NWR — OPTION 1)
Section 8-20.3(5)A1 is supplemented with the following:
When multiple conduits are installed in the same trench, one location wire shall be
placed between conduits. When multiple conduits are installed in the same boring,
one locate wire is required for the conduit bundle.
Location wire routed into pull boxes or cable vaults shall be attached to the "C"
channel or the cover hinge bracket with stainless steel bolts and straps. A 1-foot
loop of locate wire shall be provided above the channel as shown in the Plans.
8-20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit
(June 24, 2013 WSDOT NWR — OPTION 1)
Section 8-20.3(5)A1 is supplemented with the following:
Conduit Seal
Existing conduits, entering cabinets, that are scheduled to have cables added or
removed shall be sealed with an approved mechanical plug or waterproof foam at
both ends of the conduit run.
Existing Outer duct and inner duct conduit, entering cabinets, that are scheduled to
have cables added or removed shall be sealed according to this section.
8-20.3 51B Conduit Type
(March 16, 2011 CFW GSP)
Section 8-20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8-20.3 5 E3 Boring
(October 16, 2006 WSDOT NWR, OPTION 1)
Section 8-20.3(5)E3 is supplemented with the following
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-143 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
In addition to the requirements for boring with casing, the Contractor shall submit
to the Engineer for approval a pit plan and a proposed method of boring that
includes, but is not limited to, the following:
1) A pit plan depicting:
a) Protection of traffic and pedestrians.
b) The dimension of the pit.
c) Shoring, bracing, struts, walers or sheet piles.
d) Type of casing.
2) The proposed method of boring, including:
a) The boring system.
b) The support system.
c) The support system under and at the bottom of the pit.
The shoring and boring pit plan shall be prepared by and bear the seal and
signature of a Washington State licensed Professional Civil Engineer.
Installed casing pipe shall be free from grease, dirt, rust, moisture and any other
deleterious contaminants.
Commercial concrete meeting the requirements of Section 6-02.3(2)B may be
used to seal the casing.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(November 2, 2020 CFW GSP)
Section 8-20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty. Standard Duty nonconcrete junction boxes
shall not be installed within the City of Federal Way.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
All streetlight junction boxes not placed in the sidewalk shall be placed immediately
adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to
roadway) to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6
and have a proven track record of outdoor application which lasts for at least 10
years.
Wiring shall not be pulled into any conduit until all associated junction boxes have
been adjusted to, or installed in, their final grade and location, unless installation
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-144 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
is necessary to maintain system operation. If wire is installed for this reason,
sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8) is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30. Junction boxes shall be inscribed based upon system per
WSDOT Standard Plan J-40.30. Junction box lids and frames shall be grounded
per Section 8-20.3(9).
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30.
Communications/fibers vaults shall be provided for the purpose of storing slack
cabling and installing splice enclosures. The location of all communication vaults
shall be as indicated on the Plans and shall be field verified by the Contractor.
Communication/fibers vaults shall be configured such that the tensile and
bending limitations of the fiber optic cable are not compromised. Vaults' shall be
configured to mechanically protect the fiber optic cable against installation force
as well as inert forces after cable pulling operations.
Where indicated in the Plans, new vaults shall be installed as described herein
and shown in the Plans. The Contractor shall furnish and install racking hardware
for cable storage in all new vaults and in all existing vaults where cable storage is
identified on the plans. The Contractor shall secure and store the cable in the
racking hardware per manufacturer's instruction.
Fiber vaults shall be installed in accordance with the following:
1. All openings around conduits shall be sealed and filled with grout to prevent
water and debris from entering the vaults or pull boxes. The grout shall
meet the specifications of the fiber vault manufacturers.
2. Backfilling around the work shall not be allowed until the concrete or mortar
has set.
3. Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
installation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic bearing lids shall be raised to final grade using ring risers to raise
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-145 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
the cover only. All voids created in and around the vault while adjusting it
to grade shall be filled with grout.
5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
6. All existing conduits will need to be open and exposed for access within the
vault. Care shall be taken to identify which conduits have existing cables.
All conduits will extend 2 inches within the vault walls. At the 2-inch mark
the excess conduit on the existing structure will need to be removed and
all cables exposed.
7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the existing
conduits are at a minimum of 4 inches above the top of the floor. If the
existing conduits contain existing cables, the new vault will need to be
bottomless to allow the existing conduit and cable to be routed into the new
vault.
8-20.3(8) Wiring
(March 13, 1995 WSDOT NWR, OPTION 2)
Section 8-20.3(8) is supplemented with the following:
Wire Splices
All splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR, OPTION 3)
Section 8-20.3(8) is supplemented with the following:
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
(March 6, 2012 CFW GSP)
Section 8-20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear
the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
(March 6, 2012 CFW GSP)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved
mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire.
Connectors will be copper and sized for the wire. Mastic splice material will be
centered on the wire and folded up around both sides and joined at the top. Splice
will then be worked from the center outward to the ends. The ends will be visible
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-146 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
and fully sealed around the wire. The end of the lead-in cables shall have the
sheathing removed 8 inches and shall be dressed external to the splice.
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting connector
kits. Installation shall conform to details in the Standard Plans.
8-20.3(9) Bonding, Grounding
(August 21, 2006 WSDOT NWR)
Section 8-20.3(9) is supplemented with the following:
Where shown in the Plans or where designated by the Engineer, the metal frame
and lid of existing junction boxes shall be grounded to the existing equipment
grounding system. The existing equipment grounding system shall be derived from
the service serving the raceway system of which the existing junction box is a part.
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
junction boxes and any modified existing junction boxes. For the purposes of this
section, a box shall be considered "modified" if new current -carrying conductors
are installed, including low -voltage conductors.
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department of
Labor and Industries standards, and shall be grounded so that the ground will not
break when the lid is removed and laid on the ground next to the junction box.
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, 3/4-inch in diameter by 10-feet long,
connections shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields
shall be neatly wired and terminated on suitable grounding lugs.
8-20.3(10) Services, Transformer, InteIIigent Transportation System Cabinet
(March 13, 2012 CFW GSP)
Section 8-20.3(10) is supplemented with the following:
The Contractor shall apply for an electrical service connection with Puget Sound
Energy or Tacoma Public Utilities as applicable and make arrangements for a new
electrical service connection.
The Engineer will approve Electrical Service Installations. The Contractor shall
request the City of Federal Way Building Division to perform required inspections
for service approval.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-147 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Electrical service is detailed in the Plans. The Contractor shall notify the City of
Federal Way inspector when the service is ready for connection.
A two -circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The
underground electrical service shall be brought to the load center in minimum
2-inch conduit. Wire sizes and conduit terminations between the load center and
the connection location shall meet the requirements of PSE or Tacoma Public
Utilities as applicable. The service shall be split in the load center into a 120-volt
circuit for the signals and 240 volt for the illumination. When the service is to be
provided from an overhead source, the Contractor shall provide conduit from the
electrical service to ten feet up the power pole from which service is provided.
Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In
addition, the Contractor shall provide service conductors from the electrical service
to the top of the conduit on the power pole with 30 feet of service wire coiled at top
and provide the local electrical utility with 30 feet of 2-inch conduit to make the
connection.
Electrical service cabinet will be painted inside with white polyurethane or polyester
urethane power coat in accordance with Section 6-07. Outside will be bare
aluminum finish.
The twist lock photocell shall be mounted on top of the luminaire closest to the
electrical service.
All circuit breakers shall be clearly marked or labeled.
8-20.3011 Testing
(April 12, 2018 CFW GSP)
Section 8-20.3(11) is supplemented with the following:
After power switch over, the signal system shall be put into operation by King
County personnel. The Contractor shall be present during the turn -on with
adequate equipment to repair any deficiencies in operation. The Contractor shall
notify King County five working days in advance of power switch over.
8-20.3 13 Illumination Systems
(April 12, 2018 CFW GSP)
Section 8-20.3(13) is supplemented with the following:
The existing lighting systems shall remain operational until the new systems are
functioning. The Engineer may approve partial interruptions required because of
staging.
8-20.3 13 A Light Standards
(January 11, 2019 CFW GSP)
The 8th paragraph of this section is deleted and replaced with the following:
All new and relocated metal light standards shall be numbered per City of Federal
Way Development Standard Drawing number 3-39B.
Section 8-20.3(13)A is supplemented with the following:
Each roadway luminaire shall be installed with a CIMCON control node on each
individual luminaire fixture.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-148 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
8-20.3 14 E Signal Standards
(February 19, 2021 DASH-47TH PROJECT GSP)
Section 8-20.3(14)E is supplemented with the following:
All new flashing beacons shall be mounted on poles per manufacturer's
recommendations or as directed by the Engineer in the field.
8-20.307] "As Built" Plans
(December 18, 2009 CFW GSP)
Section 8-21.3(17) is deleted and replaced with the following:
Upon completion of the project, the Contractor shall furnish an "as -built" drawing
of the intersection showing all signal heads, pole locations, detectors, junction
boxes, Illumination system showing luminaire locations, miscellaneous equipment,
conductors, cable wires up to the signal controller cabinet, and with a special
symbol identifying those items that have been changed from the original contract
drawings. All items shall be located to within one foot (1') horizontally and
six inches (6") vertically above or below the finished surface grade.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
"Illumination System, Complete", shall be measured per lump sum.
"Flashing Beacon Assembly" shall be measured per each.
8-20.5 Payment
(April 12, 2018 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following
"Illumination System, Complete", per lump sum.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-149 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
The lump sum price for "Illumination System, Complete" shall be full pay for furnishing all
labor, equipment, materials and supplies necessary to complete the work as specified.
The lump sum price shall include all costs associated with connecting the illumination
system to the service cabinet and for making modifications to the existing systems as
noted. All items and labor necessary to supply, install, and test the conduit, junction boxes,
service circuit breaker and connections, the photocell, electrical service and service
cabinet electrical connections, connections with existing conduit and junction boxes,
restoring facilities destroyed or damaged during construction, salvaging existing materials,
and all other components necessary to make a complete system shall be included within
the lump sum measurement.
"Flashing Beacon Assembly", per each.
"Flashing Beacon Assembly" shall be measured per each for the total of all items for
complete flashing beacon assemblies. All items and labor necessary to supply, install,
and test; installation of new flashing beacon equipment, excavation, constructing
foundations, conduit, wiring, junction boxes, trenching, backfilling and compacting,
restoring facilities destroyed or damaged during construction, testing, electrical inspection,
as -built plans and all other components necessary to make a complete system shall be
included within the per each measurement.
Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials,
backfilling of trenches, pavement restoration of trenches and conduit/junction box
installations shall be incidental to the bid items included in this section and no additional
compensation will be made.
Coordination of service connections with Puget Sound Energy and any necessary
permits and fees associated with the service connections shall be considered incidental
to the bid items included in this section and no additional compensation will be made.
Coordination with communication connections with Comcast, Qwest, or other
communication provider affected by this project, and any necessary permits and fees
associated with the communications connections shall be considered incidental to the
bid items included in this section and no additional compensation will be made.
All costs for installing junction boxes and conduit containing traffic signal system,
illumination system, decorative illumination system, festival outlet system and/or
interconnect system wiring shall be incidental to the bid item(s) of this section and no
additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
CTION 8-21 PERMANENT SIGNING
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-150 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
8-21.1 Description
(November 3, 2020 CFW GSP)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, and
sign relocation, in accordance with the Plans, these Specifications, the Standard Plans,
MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans
or where designated by the Engineer. Signs to be removed as shown on the Plans, shall
be returned to the Owner.
Colors of all permanent signs shall be submitted to the City for approval prior to installation
in the field. Installed signs that do not have color approved by the City may be required to
be removed and replaced in an acceptable color at the Contractor's expense.
8-21.3 Construction Requirements
8-21.3 2 Placement of Signs
(December 18, 2009 CFW GSP)
Section 8-21.3(2) is supplemented with the following:
The City of Federal Way, 253-835-2744, shall be contacted within 2 working days
of completion of the permanent signing installation to inspect, inventory, and log all
new and relocated signs.
Other Signs: Refer to the currently adopted version of the Manual on Uniform
Traffic Control Devices (MUTCD) with Washington State Supplements.
8-21.315) Sign Relocation
(December 18, 2009 CFW GSP)
Section 8-21.3(5) is supplemented with the following:
King County METRO and/or Pierce Transit personnel will remove and reinstall all
existing bus stop signs and supports within the project limits. The Contractor shall
contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130
to coordinate sign work 2 weeks prior to the required sign removal or installation.
A copy of the record of communication shall be forwarded to the City of Federal
Way.
8-21.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"Permanent signing" is measured on a lump sum basis
8-21.5 Payment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and
equipment necessary to furnish and install permanent signing, sign removal, and sign
relocation. Sign covering shall be incidental and shall not be measured.
SECTION 8-22 PAVEMENT MARKIN
8-22.1 Description
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA51 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
(November 2, 2020 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20.
8-22.2 Materials
(October 23, 2014 CFW GSP)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section
9-34.4.
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of the
Engineer prior to installation of temporary pavement markings. After approval of
permanent lane markings, the Contractor shall remove the temporary lane markings to the
satisfaction of the Engineer.
The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint
line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17,
Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for
this Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern
based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless
otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape
markings shall generally follow the alignment for the permanent pavement markings and
double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable
for reflective tape.
All costs in connection with the use of (placement and removal) reflective traffic tape as
temporary pavement markings shall be incidental to other bid items. All costs for paint
lines and reflective pavement markers used for temporary traffic control will be paid under
those respective bid items.
8-22.301 Marking Application
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA52 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
8-22.3 3 E Installation
(November 2, 2020 CFW GSP)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20.
8-22.3 3 G Glass Beads
(March 13, 2012, CFW GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10)
pounds per one hundred square feet.
Bonded core elements shall be applied to Type D markings at a rate of ten (10)
grams per four (4) inch wide by one (1) linear foot of marking.
8-22.3(6) Removal of Pavement Markings
(April 12, 2018 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement markings
that may consist of paint, plastic and raised pavement markings.
8-22.4 Measurement
(December 13, 2012 CFW GSP)
Section 8-22.4 is supplemented with the following:
Measurement for the removal of all pavement markings will be per lump sum.
8-22.5 Pa ment
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Paint Line", per linear foot.
"Removing Plastic Line", per linear foot.
"Removing Painted Crosswalk Line", per square foot.
"Removing Plastic Crosswalk Line", per square foot.
"Removing Painted Traffic Marking", per each.
"Removing Plastic Traffic Marking", per each.
The following is a new bid item:
"Removing Pavement Markings", per lump sum.
"MMA Colored Pavement Marking for Central Island", per lump sum.
8-30 POTHOLING L TID CONFLICTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's subsections are new sections as follows:
8-30.1 Description
(April 12, 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these costs
by force account if the work proves to be acceptable and the Contractor had performed
the work with the authority of and due notice to the Engineer.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA53 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01B
8-30.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations, offsets
and elevations shall be to the nearest 0.1 foot unless greater accuracy is required.
Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the
Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the
surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e. storm
drainage, underground utility installation etc.) due to conflicts with existing facilities.
However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict. The
Contractor shall be responsible to adjust his work schedule and/or reassign his
work forces and equipment to other areas of work to minimize standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices
for the associated work. Work that can be measured and paid for at the unit contract
prices shall not be identified as force account work. This work includes but is not
limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
8-30.5 Payment
(April 12, 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-154 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.018
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-155 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.01 B
DIVISION 9
MATERIALS
9-03 AGGREGATES
9-03.12 Gravel Backfill
99-0�6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square _ 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14 3 Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on -site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent dry
of optimum as determined in accordance with Section 2-03.3(14)D. The material
shall not pump or yield under the weight of compaction equipment and construction
traffic. The Contractor is responsible for protecting the material from excess
moisture wherever/whenever possible. To the extent practicable, this material
should be handled only during non -rainy periods and should be removed, hauled,
placed, and compacted into final embankments without intermediate handling or
stockpiling. Surfaces should be graded and sloped to drain and should not be left
uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90-100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch
square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-156 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
1 ■ i
9-05.16 Metal Castings
9-05.15 4 Heavy Duty Hinged Style Ductile Iron Frame and Cover
(December 2, 2019 CFW GSP)
Section 9-05.15(4) is a new section:
Heavy -Duty hinged style ductile iron frame and covers shall meet the requirements
for metal castings found in Section 9-05.15. The covers shall be hinged and
incorporate a 90-degree blocking system to prevent accidental closure. The cover
shall be operable by one person using standard tools and shall allow for the cover
to open to 120-degrees where it can either remain open in a secure position or be
removed if needed. The cover pick slot shall provide a solid point of removal for
most removal tools and be designed to eliminate surface water inflow. The covers
shall be lockable with a cam lock assembly and have a cap or cover to prevent
debris from entering and preventing access to the lock assembly. Keys for all lock
assemblies will be provided to the City. The frame and cover assembly shall be
capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable
gasket to cushion traffic shock and resist water infiltration. The frame and cover
assembly shall be circular, compatible with City of Federal Way standard top slab
openings, and available in a 24-inch clear opening. The frame and cover depth
shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt
holes. The cover shall be installed with the hinge facing oncoming traffic so the lid
will open towards traffic.
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
9-05.15(51 High Impact Multi -Purpose Rubber Composite Adjustment Risers
(December 2, 2019 CFW GSP)
Section 9-05.15(5) is a new section:
Risers shall be minimum 80% by weight recycled rubber and minimum 10% by
volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free
from cracks, holes, and any other surface defects. Adjustment risers shall be
designed for heavy duty street traffic and shall meet or exceed minimum load
capacity requirements of AASHTO. Adjustment risers shall be installed as a single
unit and shall not be cut into pieces or used as shims. Manufacturer certification
shall be furnished upon request stating that the product meets the requirements of
this specification. Risers shall be available in standard thicknesses from 1/2-inch
to 3-inches; available flat or tapered; and in round, square, and rectangular
shapes.
High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber
Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East
Jordan, MI, 49727, (800)626-4653, www.ejco.com
9-14.2 Topsoil
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA57 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
9-14.20) Topsoil TypeA
(June 12, 2020 CFW GSP)
Section 9-14.2(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
No fresh sawdust or other fresh wood by-products shall be added to extend the
volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 5 mmhos/cm Maximum
9-14.3 Seed
(June 12, 2020 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
SEEDED LAWN MIXTURE
NAME BY WEIGHT % PURITY % GERMINATION
Tall Fescue / Festuca 40% 98% 90%
arundinacea
Creeping Red Fescue / Festuca 1 25% 1 98% 1 90%
rubra
Highland Colonial Bentgrass / 5% 98% 90%
Agrostis capillaris var. 'Highland'
Perennial Rye / Lolimum 30% 95% 90%
perenne (blend of two: 'Fiesta II',
'Prelude II', 'Commander'
9-14.4 Fertilizer
(June 12, 2020 CFW GSP)
Section 9-14.4 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
9-14.5 Mulch and Amendments
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-158 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
9-14.5(3) Bark or Wood Chips
(June 12, 2020 CFW GSP)
Section 9-14.5(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock
bark. The bark shall be uniform in color, free from weed seeds, sawdust and
splinters. The moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is'/" to 1" with maximum of 20%
passing the'/" screen.
9-14.7 Plant Materials
9-14.7[2) Quality
(June 12, 2020 CFW GSP)
Section 9-14.7(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries,
bark abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.7 3 Handling and Shipping
(June 12, 2020 CFW GSP)
Section 9-14.7(3) is supplemented with the following:
Tie back branches as necessary, and protect bark from chafing with burlap bags.
Do not drag plant materials along ground without proper protection of roots and
branches. Protect rootballs from environmental or mechanical damage and water
as necessary to keep roots moist. Do not store plants for more than one week.
9-14.7(4) Sod
(June 12, 2020 CFW GSP)
Section 9-14.7(4) is supplemented with the following:
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
degradable netting, or approved equal.
9-14.7 5 Tagging
(June 12, 2020 CFW GSP)
Section 9-14.7(5) is a new section::
All plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior
to final acceptance.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-159 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
9-14.7 61 Inspection
(June 12, 2020 CFW GSP)
Section 9-14.7(6) is a new section:
The Contracting Agency shall reserve the option of selecting and inspecting plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing plants for shipping and delivery. The
Contractor shall neither deliver to site nor install plant materials until authorized by
the Contracting Agency.
9-14.7 7 Temnormy 5tora e
(June 12, 2020 CFW GSP)
Section 9-14.7(7) is a new section:
Cold storage of plants shall not be permitted.
If planting is delayed more than 24 hours after delivery, set balled and burlapped
plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water plant material as necessary until
planted.
Plants shall not be stored for more than one week. Longer storage period at project
site will result in rejection of plant materials by the Contracting Agency.
9-14.8 Stakes Gus and Wrapping
(June 12, 2020 CFW GSP)
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
9-14.9 Root Barrier
(June 12, 2020 CFW GSP)
Add the following new section:
Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier
panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs.
9-16 IRRIGATION SYSTEM
9-15.1 Pie Tubing And Fittin s
(June 12, 2020 CFW GSP)
Section 9-15.1 is replaced with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
pipe for the main, laterals, and sleeving shall be Sch 40 PVC.
9-15.5 Valve Boxes
(June 12, 2020 CFW GSP)
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE
drop in locking lid.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA60 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete,
top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading
in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO
H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline,
acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit
Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
9-15.6 Gate Valves
(April 12, 2018 CFW GSP)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable
for residential or commercial potable water applications, with screwed bonnet, non -rising
stern, solid wedge disc and integral seats.
9-15.7 Control Valves
9-15.7 1 Manual Control Valves
(April 12, 2018 CFW GSP)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non -rising stem,
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Regulating Valves
(April 12, 2018 CFW GSP)
Section 9-15.13 is supplemented with the following:
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal
expansion bypass, serviceable in line, with internal stainless steel strainer.
SECTION 9-18 PRECAST TRAFFIC CURB AN BLOCK TRAFFIC CURB
9-18.3 Vacant
(December 12, 2012 CFW GSP)
Section 9-18.3 is deleted and replaced with the following new Section:
9-18.3 Block Traffic Curb
In construction of the block traffic curb, the Contractor shall have the option of using either
length block shown in the plans, provided the same length block is used throughout the
entire project.
The curb units shall be made from portland cement and high quality sand and gravel, the
proportions of which will be left to the discretion of the producer as long as the unit
develops a minimum compressive strength of 1,600 psi at 28 days when tested for end
loading.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA61 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The proportions of sand, gravel, and cement, the type of forms used, and the method of
compacting the concrete in the forms shall all be such that as dense, smooth, and uniform
a surface as is practicable for a concrete masonry unit is obtained on the finished curb
units. The faces that are to be exposed shall be free from chips, cracks, air holes,
honeycomb, or other imperfections except that if not more than 5 percent of the curb units
contain slight cracks, small chips not larger than'/z inch, or air holes not more than inch
in diameter or depth, this shall not be deemed grounds for rejection. The units used in any
contiguous line of curb shall have approximately the same color and surface
characteristics.
SECTION9-RAISED-PAVEMENT
9-21.20) Physical Properties
(March 13, 2012 CFW GSP)
Section 9-21.2(1) is supplemented with the following:
Type 2 raised pavement markers shall NOT be ceramic.
SECTION 9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(January 8, 2013 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except for
parking regulation, parking prohibition signing and signs of fluorescent yellow color shall
be constructed with Type III Glass Bead Retroreflective Element Material sheeting in
accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro
reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a
divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting
shall meet this specification. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S
series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the
Standard Specifications. This standard applies to all signs mounted above the roadway,
on span wire or signal mast arms and all regulatory (R series) and school (S series) signs
of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard
Specifications. The reflectivity standard of supplemental plaques shall match that of the
primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA62 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following -
Maximum Dimension
Less than 30 inches
Greater than 30 inches, less than 48
inches
Greater than 48 inches
Blank
Thickness
0.080 inches
0.100 inches
0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.14 Sign Support Structures
(January 8, 2021 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
steel sign posts.
9-29.1 Conduit, innerduct, and Outerduct
(June 5, 2000 WSDOT NWR)
Section 9-29.1 is supplemented with the following:
Conduit Coatings
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the
same manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape
with a minimum 1-inch overlap for 12 inches on each side of the concrete face.
Pipe wrap tape shall be installed per the manufacturer's recommendations.
(October 23, 2014 CFW GSP)
Fiber optic cable conduit shall be supplied as a system from a single manufacturer
providing all of the conduit, all required fittings, termination and other installation
accessories; all in accordance with the Contract Documents.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-163 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
9-29.1[11 Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings
(August 10, 2009 WSDOT NWR)
Section 9-29.1(1) is supplemented with the following:
Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the following
1. Tyco Electronics - TDUX
2. Jackmoon — Triplex Duct Plugs
3. O-Z Gedney — Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
9-29.1121 Rigid Metal Conduit Fittings and Appurtenances
(August 10, 2009 WSDOT NWR)
Section 9-29.1(2) is supplemented with the following:
Conduit Coatings
Electroplated couplings are not allowed.
(March 4, 2009 WSDOT NWR))
Surface Mounting Conduit Attachment Components
Channel supports and all fastening hardware components shall be Type
304 stainless steel.
9-29.1(11) Foam Conduit Sealant
(January 7, 2019 WSDOT Option 1)
Section 9-29.1(11) is supplemented with the following:
The following products are accepted for use as foam conduit sealant:
• CRC Minimal Expansion Foam (No. 14077)
• Polywater FST Foam Duct Sealant
• Superior Industries Foam Seal
• Todol Duo Fill 400
9-29.2 Junction Boxes Cable Vaults and Pull Boxes
9-29.20 A Standard Duty Junction Boxes
(April 12, 2018 CFW GSP)
Section 9-29.2(1) is supplemented with the following:
Concrete Junction Boxes
For junction boxes located within the sidewalk, along an ADA pedestrian
route, or in other accessible surfaces within the public right-of-way or on
publicly owned properties, both the lid and frame shall be treated with one
of the following slip -resistance products:
1. Mebacl manufactured by IKG Industries.
2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar
Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1/2 inch wide or less the slip -
resistant treatment may be omitted on that portion of the frame.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-164 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
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.
9-29.2 1 JA2 Non -Concrete Junction Boxes
(February 3, 2020 CFW GSP)
Section 9-29.2(1)A2 is replaced with the following:
Non -Concrete junction boxes are not allowed for use within the City of
Federal Way.
9-29.2 2 A Standard Duty Cable Vaults and Pull Boxes
(April 12, 2018 CFW GSP)
Section 9-29.2(2)A is supplemented with the following:
For cable vaults and pull boxes located within the sidewalk, along an ADA
pedestrian route, or in other accessible surfaces within the public right-of-
way or on publicly owned properties, both the lid and frame shall be treated
with one of the following slip -resistance products:
4. Mebacl manufactured by IKG Industries.
5. SlipNOT Grade 3-coarse manufactured by W.S. Molnar
Company.
6. 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.
9-29.2(5)E Fiber Vaults
(March 15, 2012 CFW GSP)
Section 9-20.2(5)E is a new section:
Where fiber vaults are called for on the Drawings, the Contractor shall
provide pre -cast utility vaults meeting ASTM C 478 with twenty-eight (28)
day 5500 psi minimum compressive strength concrete and designed for
H-20 loading unless otherwise indicated on the Drawings.
The communications/fibers vault, shall be a type 444-LA manufactured by
Oldcastle Precast, Inc. or approved equivalent, or a WSDOT Pull Box or
cable vault per WSDOT Standard Plan J.90.10 and J.90.20. The fiber
vaults are to be provided with a racking hardware package for cable
storage and mounting of the splice case. The vault cover shall have a bolt -
down, non-skid surface and a ground strap.
For fiber vaults located within the sidewalk, along an ADA pedestrian route,
or in other accessible surfaces within the public right-of-way or on publicly
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA65 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
owned properties, both the lid and frame shall be treated with one of the
following slip -resistance products:
1. Mebac1 manufactured by IKG Industries.
2. SlipNOT Grade 3-coarse manufactured by W.S. Molnar
Company.
3. Saftrax TH604 Non -Skid manufactured by Thermion.
Where the exposed portion of the frame is 1/2 inch wide or less the slip -
resistant treatment may be omitted on that portion of the frame.
The slip -resistant lid shall be identified with permanent marking on the
underside indicating the type of surface treatment ("M1" for Mebac 1; "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.
Fiber vaults shall contain a splice enclosure.
Fiber Optic Splice Closure shall be a Coyote Closure manufactured by
Preformed Line Products or equivalent, shall be suitable for both vault
and aerial applications, and shall meet the following requirements:
1. Be made of two injection -molded high -density thermoplastic shells,
be 22 inches in length and 6 inches in diameter, and have capacity
to store up to four splice trays.
2. Each splice case shall have two end plates; one end plate shall
have no ports, the other endplate shall consist of a three section
end plate with six ports - two 3/4-inch ports and four 7/8-inch ports.
Each unused port shall have a grommet installed. The end plates
shall be durable glass -filled high -density thermoplastic shells.
3. The splice enclosure shall be suitable for outdoor applications with
a temperature range of -10°C to 60°C.
4. The splice enclosure shall provide sufficient space to allow entry of
fiber optic cable without exceeding the cable minimum bending
radius.
5. The enclosure shall protect the splices from moisture and
mechanical damage and shall be resistant to corrosion.
6. The enclosure shall be waterproof, re -enterable and shall have a
neoprene gasket sealing system to prevent water from entering.
7. The enclosure shall permit selective splicing to allow one or more
fibers to be cut and spliced without disrupting other fibers.
8. The enclosure shall have strain relief for the cable to prevent
accidental tension from disturbing the splices.
9. Each splice tray will be able to store 36 splices securely. Each splice
shall be individually mounted and mechanically protected on the
splice tray. Vinyl markers shall be supplied to identify each fiber
spliced within the enclosure.
9-29.3 Fiber Optic Cable, Electrical Conductors and Cable
(December 13, 2012 CFW GSP)
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-166 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 O1B
Section 9-29.3 is supplemented with the following:
Video cable from the camera (sensor) to the controller cabinet shall conform to the
video detection manufacturer's recommendations.
9-29.3(2)F Detector Loop Wire
(April 12, 2018 CFW GSP)
Section 9-29.3(2)F is modified as follows:
Detector loop wire shall use 14 AWG stranded copper conductors, and
shall conform to IMSA Specification 51-7, with cross -linked polyethylene
(XLPE) insulation encased in a polyethylene outer jacket (PE tube).
9-29.3(2)H Three -Conductor Shielded Cable
(March 13, 2012 CFW GSP)
Section 9-29.3(2)H is supplemented with the following:
Lead-in cable back to the controller for pre-emption units shall be 6TT
detector 138 cable or equivalent.
9-29.3(2)1 Twisted Pair Communications Cable
(October 23, 2014 CFW GSP)
Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A.
9-29.5 Vacant
(May 31, 2012 CFW GSP)
Section 9-29.5 is deleted and replaced with the following new section:
9-29.5 School Zone Beacon & Rectangular Rapid Flashing Beacon (RRFB)
Standards
Pole Foundations: Shall be as indicated on the plans.
Sign Poles, Bases, and Caps:
Sign poles shall be 4" — 8 NPT Schedule
40, galvanized steel meeting the following
minimum requirements:
Standard 4" Sch 40 ..........
ASTM A53 Grade B ERW
Tensile Strength, KSI .......................... 60
Yield Strength, KSI ..............................
35
Weight Per Foot .............................
10.79 lb.
Standard Wall Thickness .................. 0.237"
Outside Diameter ...............................
4.5"
Threading and deburring of the Pedestal Pole shall be in accordance with the basic
dimensions of American National Standard Taper Pipe Threads, NPT (ANSI 131.2).
The pole shall be pre -galvanized or galvanized after fabrication meeting the
requirements below:
1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs.
After threading threads shall be sprayed with a rust -protective zinc -rich
coating. Galvanizing shall be a minimum of 1.6 oz./ft.2.
2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and
free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A-
123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated
and brushed to remove excess zinc.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-167 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on
request.
PACKAGING: Threaded end shall have protective cap to prevent thread damage.
Cardboard sleeve shall cover the entire length of shaft to protect surface finish
during storage and shipment.
Pole caps shall be Dome Type, aluminum, fitting a 4'/cinch OD pole, with a stainless
steel set screw, sq hd, W-20 X 1/ ".
The pole base shall be square aluminum pedestal base with aluminum door meeting
the following minimum requirements:
1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with
dimensions as shown in the Figure below.
2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads
shall be tapped to allow full pole engagement w/o exposed threads on the
pole.
3. Shall be of such design that it may be fastened to a foundation with four (4)
3/4" anchor bolts located 90 degrees apart on the bottom of the base.
4. There shall be slots in the bottom of the base 11/" wide and 2'/2' long
measured along the circumference of the bolt circle, allowing a proper fit even
if the bolts are placed slightly off center.
5. Shall accommodate bolt circles of a minimum of 12" through a maximum of
14'/2" and anchor bolts with a minimum of 5/8" through 1" diameter.
6. Shall be equipped with a removable aluminum door. Door opening shall be
free of burrs and sharp edges and be no less than 8'/" square. The door
shall be attached to the base using one stainless steel socket button head
screw to prevent unauthorized entry.
7. Shall be fabricated free of voids, pits, dents, molding sand and excessive
foundry grinding marks. All design radii shall be smooth and intact. Exterior
surface finish shall be smooth and cosmetically acceptable by being free of
molding fins, cracks and other exterior blemishes.
8. Shall be fabricated from new aluminum ingot. No scrap materials shall be
used. Minimum requirements as follows:
a. Aluminum Alloy ...........319 Elongation (% in 2") .........2
b. Tensile Strength, KS1....... 27 Brinell Hardness .......... 70-100
c. Yield Strength,KSI ...........18
CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT
SP-168 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway
requirements. Test reports from an FHWA approved independent laboratory shall
be provided certifying that the base has been tested and meets all applicable
requirements. In addition, a statement of certification from the FHWA stating such
tests have been accepted and approved shall be supplied.
STRUCTURAL INTEGRITY: In order to prove structural soundness a certification
from a recognized independent structural laboratory shall be provided certifying
that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be
performed in the following manner:
1. A force shall be applied at a distance from the bottom of the base in order
to produce a moment. All bases must reach a moment capacity of 10,750
ft. lbs. without breaking, cracking or rupturing in any manner.
2. After force has been removed, the lever arm shall return to within .250" of
its original rest position.
3. All tests shall be made using 4" schedule 40 Steel Pipe.
A reinforcing collar shall be installed at the top of the pole base in accordance with
manufacturers' instructions. The collar shall be a three segment assembly
designed to retrofit onto an existing square cast aluminum or iron pedestal base.
The collar shall meet the following minimum requirements:
MATERIAL: Reinforcing collar
minimum requirements:
Aluminum Alloy ..............
Tensile Strength, KSI .....
Yield Strength, KSI..........
Elongation (% in 2") .......
Brinell Hardness ..............
Minimum Wall Thickness
Minimum Overall Height..
shall be three-piece cast aluminum with the
INSTALLATION: The collar shall be clamped around the top of a pedestal base
by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each
segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll
Pin shall be driven through the collar into the base until flush to prevent the collar
from walking up the base.
HARDWARE: (6) 5/16"-18 x 1'h" Socket Head Capscrews (3) 5/16" Dia. x 3/4"
Roll Pins
FINISH: Collar Segment: Alodine 1200
FASTENERS: Zinc w/ Yellow Di -Chromate
In addition to meeting the above requirements, all poles, bases, collars, caps and
related hardware shall be fully interchangeable with the following items manufactured
by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can
be replaced without requiring replacement of the entire system:
Pedestal pole, Model No PB-5200
• Square Base Assembly, Model No PB-5334
CITY OF FEDERAL WAY SW DASH PT RD S 47TH AVE SW COMPACT ROUNDABOUT
SPA69 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
• Pole Cap, Model No PB-5402
• Pole & Base Collar Assembly, Model No PB-5325
9-29.6 Li ht and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6 is supplemented with the following:
Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin
brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail
herein, except that luminaire mounting height shall be as shown on the
Illumination Pole Schedule.
(January 13, 2020 WSDOT GSP, OPTION 5)
Section 9-29.6 is supplemented with the following:
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre -approved
plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts instead of
lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening
shall comply with Section 6-03.3(33).
Traffic signal standard types and applicable characteristics are as follows:
Type PPB
Pedestrian push button posts shall conform to Standard Plan J-20.10 or
to one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
_DB01165 Rev. B 4 sheets
WA15TR10-1 Rev. C (1 sheet) and
Ameron Pole
Products Div.
WA15TR10-3 Rev. B (1 sheet
Millerbend
74514-WA-PED-PPB Rev H (2 sheets)
Manufacturin , Co.
Foundations shall be as noted in Standard Plan J-20.10
Type PS, Type I, Type RM, and Type FB
Type PS pedestrian signal standards, Type I vehicle signal standards, Type
RM ramp meter signal standards, and Type FB flashing beacon standards
shall conform to Standard Plan J-20.16, J-21.15, J-21.16, and J-22.15
respectively, or to one of the following pre -approved plans:
Fabricator I Pre -Approved Drawing No.
Valmont Ind. Inc. I DB01165 Rev. B (4 sheets
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-170 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
Ameron Pole
Products Div.
WA15TR10-1 Rev. C (1 sheet) and
WA15TR10-2 Rev. C(1 sheet)
Millerbend
74514-WA-PED-FB Rev. H (2 sheets)
Manufacturin
Millerbend
74514-WA-PED-SB Rev H (2 sheets)
Manufacturing, Co.
Foundations shall be as noted in Standard Plan J-21.10.
Type II
Type II signal standards are single mast arm signal standards with no
luminaire arm or extension. Type II standards shall conform to one of the
following pre -approved plans. Maximum arm length (in feet) and wind load
(XYZ value, in cubic feet) is noted for each manufacturer.
Max.
Pre -Approved Max. Arm
Wind
Fabricator
Drawing No. Length (ft)
Load
(XYZ) (ft3)
Valmont Ind.,
DB00162 Rev. B (5
65
3206
Inc.
sheets
Ameron Pole
WA15TR3724-1 Rev. C
Products
(sheet 1 of 2), and
65
2935
Division
WA15TR3724-2 Rev. D
sheet 2 of 2)
74516-WA-TS-II Rev. H
_
Millerbend
Manufacturing,
(3 sheets)
65
3697
Co.
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type
II signal standards with two mast arms installed 90 degrees apart may use
these pre -approved drawings. Standards with two arms at any other angle
are Type SD and require special design.
Type III
Type III signal standards are single mast arm signal standards with one Type
1 (radial davit type) luminaire arm. The luminaire arm has a maximum length
of 16 feet and a mounting height of 30, 35, 40, or 50 feet, as noted in the
Plans. Type III standards shall conform to one of the following pre -approved
plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet)
is noted for each manufacturer. Wind load limit includes a luminaire arm up
to 16 feet in length.
Max. Arm
Max.
Fabricator Pre -Approved
Length
Wind
Drawing No.
(ft )
Load
XYZ ft3
Valmont Ind. D1300162 Rev. B (5
"J"
Inc. sheets), with Type
65
3259
_ luminaire arm
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-171
PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
WA15TR3724-1 Rev. C
Ameron Pole
(sheet 1 of 2), and
Products
WA15TR3724-2 Rev. D
65
2988
Division
(sheet 2 of 2), with
Series "J" luminaire arm
Millerbend
74516-WA-TS-II Rev. H
Manufacturing,
(4 sheets)
65
3750
Co.
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type
III signal standards with two mast arms installed 90 degrees apart may use
these pre -approved drawings. Standards with two arms at any other angle
are Type SD and require special design.
Type IV
Type IV strain pole standards shall be consistent with the Plans and Standard
Plan J-27.15 or one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
DB01167 Rev. B 2 sheets
Ameron Pole
WA15TR15 Rev. A (2 sheets)
Products Div.
Millerbend
74554-WA-SP-IV Rev H (2 sheets)
Manufacturin
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type V
Type V strain poles are combination strain pole and light standards, with Type
1 (radial davit type) luminaire arms. Luminaire rams may be up to 16 feet in
length, and a mounting height of 40 or 50 feet, as noted in the Plans. Type V
strain poles shall be consistent with the Plans and Standard Plan J027.15 or
one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
D1301167 Rev. B 2 sheets
Ameron Pole
WA15TR15 Rev. A (2 sheets)
Products Div.
Millerbend
74554-WA-SP-V Rev J (3 sheets)
Manufacturin
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type CCTV
Type CCTV camera pole standards shall conform to Standard Plan J-29.15
or to one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
DBO1166 Rev. C 4 sheets
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA72 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
AmeronPole
WA15CCTV01 Rev.BA (2 sheets)
PrProductoducts Div.
Millerbend
74577-WA-LC1 Rev H (2 sheets)
Manufacturing, Co.
Millerbend
74577-WA-LC2 Rev. H (2 sheets)
Manufacturing, Co.
Millerbend
74577-WA-LC3 Rev H (3 sheets)
Manufacturing,Co.
Foundations shall be as noted in the Plans and Standard Plan J-29.10.
Type SD
Type SD signal standards are outside the basic requirements of any pre-
defined signal standard and require special design. All special design shall
be based on the latest AASHTO Standard Specifications for Structural
Supports for Highway Signs, Luminaires and Traffic Signals and pre -approved
plans and as follows:
1. A 115 mph wind loading shall be used.
2. The Mean Recurrence Interval shall be 1700 years.
3. Fatigue category shall be III.
Complete calculations for structural design, including anchor bolt details, shall
be prepared by a Professional Engineer, licensed under Title 18 RCW, State
of Washington, in the branch of Civil or Structural Engineering or by an
individual holding valid registration in another state as a civil or structural
Engineer.
All shop drawings and the cover page of all calculation submittals shall carry
the Professional Engineer's original signature, date of signature, original seal,
registration number, contract title, and sequential index to calculation page
numbers. Two copies of the associated design calculations shall be submitted
for approval along with shop drawings.
Details for handholes and luminaire arm connections are available from the
Bridges and Structures Office.
Foundations for Type SD standards shall be as noted in the Plans.
9-29.6(1) Steel Light and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6(1) is supplement with the following:
Traffic signal standards and illumination standards shall be furnished and
installed in accordance with the methods and materials noted in the
applicable Standard Plans, pre -approved plans, or special design plans. All
welds shall comply with the latest AASHTO Standard Specifications for
Support of Highway Signs, Luminaires, and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A, Welding Inspection.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-173 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
All traffic signal standards and arms shall be round tapered.
After delivering the poles or arms to the job site and before they are
installed, they shall be stored in a place that will not inconvenience the
public. All poles and arms shall be installed in compliance with Washington
State Utility and Electrical Codes.
Terminal cabinet(s) shall be installed on all Type II and Type III signal poles
or where designated on the wiring diagrams in the Plans in accordance
with the material requirements of Section 9-29.25 of the Standard
Specifications. Terminal cabinets shall be installed at a height not to
impede pedestrians.
Galvanized steel light and signal standards shall not be painted.
9-29.6[5] Foundation Hardware
(January 13, 2021, WSDOT GSP, OPTION 1)
Section 9-29.6(5) is supplement with the following:
Anchor bolt assemblies for light standards installed on top of barrier
(median barrier mount) shall consist of the following:
■ (4) 1-inch diameter threaded rods (bolts), minimum 36 inches in
length
• (24) heavy hex nuts, six per anchor rod
• (24) flat washers, six per anchor rod
• Two anchor plates
Each anchor plate shall be constructed from 1/2" ASTM A36 plate and hot -
dip galvanized in accordance with AASHTO M111. Each anchor plate shall
be ring shaped, with an outside diameter of 16 inches and an inside
diameter of 12 inches. Each anchor plate shall have four 1 1/8" diameter
holes on a 13.89" bolt circle, with the holes positioned to match the anchor
rod layout shown in the Standard Plans.
Anchor rods shall extend a minimum of five inches and a maximum of six
inches above the top of the traffic barrier. The lower anchor plate shall be
embedded 29 inches below the top of the traffic barrier. Each anchor plate
shall be clamped with a heavy hex nut and washer above and below the
anchor plate. The lower heavy hex nut for the pole base plate shall be no
more than one inche from the top of the traffic barrier.
9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
Cantilever Bases, and Sign Bridge Bases
9-29.70 Fused Quick -Disconnect Kits
(March 13,2012 CFW GSP)
Section 9-29.7(2) is supplemented with the following:
Fused quick -disconnect kits shall be of the SEC type or equivalent.
Underground illumination splices shall be epoxy or underground service
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-174 PROJECT 36217
CFW SPECIAL PROVISIONS VER 202101 B
buss/light connector kits. Installation shall conform to details in the
Standard Plans.
9-29.10 Luminaires
(March 7, 2018 CFW GSP)
Section 9-29.10 paragraph 3 and 4 are deleted and replaced with the following:
All cobra -head style roadway luminaires shall be provided with markers for positive
identification of light source type and wattage in accordance with ANSI C136.15-
2011 with whole number wattage value and "LED" text. Legends shall be sealed
with transparent film resistant to dust, weather, and ultraviolet exposure.
9-29.100) Conventional Roadway Luminaires
(January 11, 2019 CFW GSP)
Section 9-29.10(1) is supplemented with the following:
New roadway luminaire installations shall be cobra -head style light -emitting
diode (LED), wattage per plan, with 7-pin photocell receptacle and shall be
supplied and installed by the Contractor. The terminal board shall have lugs
of a 240-volt 3-wire power source. Terminals shall be labeled line -neutral -
line. The neutral terminal shall be grounded to the metal housing of the
luminaire. The LED luminaire shall be factory set to produce IES pattern
Type II.
Conductors serving the luminaires shall be copper of the size shown on the
Plans and shall run to the service pole in separate conduit from the signal
conductors as shown in the plan view. Fused quick disconnect wye cable
connector kits shall be installed at the handhole inside the base of each
pole supporting a luminaire. Top conductors from the pole base to the
luminaire shall be a minimum No. 12 stranded copper. The grounding
conductor shall be connected to the neutral terminal in the luminaire fixture.
Pole type and mounting heights shall be as specified in the Contract Plans
and Standard Plans.
9-29.10(2) Vacant
(January 11, 2019 CFW GSP)
Section 9-29.10(2) is deleted and replaced with the following new section-
9-29.10(2) Decorative Luminaires
Section 9-29.10(2) is supplemented with the following:
All new decorative luminaire installations shall be light -emitting diode (LED)
luminaires. LED luminaires must meet City standards for average
maintained footcandles, uniformity ratio, mounting height, distribution
pattern, and spacing as indicated in City of Federal Way Development
Standard Drawing 3-42. LED luminaires shall have a correlated color
temperature (CCT) of 4000K.
Pole and fixtures shall meet requirements of Special Provision 8-20.3(13)B,
Decorative Light Standards.
9-29.10(3) Vacan#
(January 11, 2019 CFW GSP)
Section 9-29.10(3) is deleted and replaced with the following new section.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-175 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01B
9-29.10(3) L.E.D. Roadway Luminaires
All new roadway luminaire installations shall be Eaton Archeon light -
emitting diode (LED) luminaires.
LED luminaires shall be furnished and installed by the Contractor. The units
shall meet City standards for wattage, average maintained footcandles,
uniformity ratio, mounting height, and distribution pattern, spacing, and
model as indicated in City of Federal Way Development Standard Drawings
3-38 and 3-42. LED luminaires shall have a correlated color temperature
(CCT) of 4000K and minimum color rendering index (CRI) of 70. Any
variations from this standard must be approved by the City Traffic Engineer
and shall require a lighting design performed by a Licensed Engineer. The
Contractor shall provide a photometric plot of the proposed streetlight
system and line loss calculations for these variation requests.
Units shall incorporate the following features:
1. A housing with 2.5-degree leveling steps capable of being mounted
on a standard 2-inch roadway pole pipe tenon.
2. A housing and door manufactured from a die-cast low copper alloy
aluminum designed to minimize corrosion.
3. Electrical components accessible through a swing -down entry door
secured by a trigger latch or similar tool -less entry mechanism.
4. Resistance to vibration and impact, 3G vibration rated.
5. Provisions for installing a 7-pin photoelectric cell.
6. An LED light engine protected from the elements by a prismatic
glass lens.
7. A thermal management system that promotes maximum air flow
through the luminaire to ensure a minimum of 60,000 hours of
operation at 25 degree centigrade with 90% lumen maintenance.
8. Protection against solar heating when not in operation.
9. Dark sky optics.
10. Glass tertiary optics that will not discolor or become brittle over time.
11. Sealed optics system rated for IP66 against water and dirt
infiltration.
12. Surge protection module to protect the LED drivers, photo controls,
transfer switches, and relays from electrical disturbances as
defined by ANSI/IEEEC62.41, Category C. The unit shall be
replaceable through the use of modular plug and wiring.
13. Solid state multi volt electrical drivers with a rated life of 50,000
hours.
14. Electrical drivers mounted in a heat sink and located such that they
are isolated from heating by the sun when not in use.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-176 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 018
15. 7-Pin Photo control receptacle that is adjustable without tools and
is designed to meet U11598 specifications for wet operation.
Retro-fit Existing Luminaires
LED luminaires shall be installed when existing luminaire replacement is
required. Replacement LED luminaires shall meet the requirements of this
chapter.
9-29.11 Control Equipment
9-29.11(21 Photoelectric Control
(January 11, 2019 CFW GSP)
Section 9-29.11(2) is supplemented with the following:
One CIMCON control node, model #iSLC-3100-7P-U-A-G-10-CATB-05-T
shall be installed on the top of each cobra head roadway luminaire.
9-29.13 Control Cabinet Assemblies
9-29.13(2) Traffic Signal Controller Assembly Testing
(October 23, 2014 CFW GSP)
Section 9-29.13(2) is supplemented with the following:
Replace all references to "WSDOT Materials Laboratory", "WSDOT
facility", and "WSDOT" with "King County Traffic Maintenance".
9-29.13(3) Traffic Signal Controller
(November 17, 2014 CFW GSP)
Section 9-29.13(3) is supplemented with the following:
Equipment includes the following:
• Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16
position load bay.
• Quantity One (1) — TS2 Controller unit Cobalt.
• Quantity One (1) — Type 16 Malfunction Management Unit EDI
16LE.
• Quantity One( 1) — TS2 Detector racks capable of 16 channels.
• Quantity One (1) — TS2 Power Supply.
• Auxiliary equipment so as to form completely functional eight phase
traffic signal control cabinets.
• Video Detection Equipment and Advanced Loop Detection
Equipment.
• Fiber Optic Patch Panel - _ fiber count.
• Fiber Optic Ethernet Switch(s).
• Fiber Optic Patch Cords.
Documentation and Training
Contractor to supply complete technical information, shop drawings,
schematic diagrams, photographs, circuit diagrams, programming and
operation instruction manuals, and any other necessary documents to fully
describe the proposed equipment.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-177 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Schematics & Manuals: The cabinet(s) shall have a waterproof envelope
with a side access attached to the inside of the door. At the time of delivery
the envelope shall have two complete sets of schematics and manuals for
all assemblies and sub -assemblies. In addition, the cabinet shall arrive with
two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD
format including circuit schematics for each model of the following:
1. Controller
2. Conflict Monitor
3. Opticom Equipment
4. Video Detection Equipment
5. Fiber Optic Communication Equipment
The supplier shall provide a minimum of a one -day (8 hour) training
session, given by qualified technical representative(s) of the manufacturer's
firm. The sessions shall be conducted at the County and the training
sessions shall be coordinated with the City Traffic Engineer. The supplier
shall contact the City Traffic Engineer approximately three weeks prior to
delivery of the equipment for the purpose of discussing the format and
scheduling of the training sessions. The sessions shall be conducted within
five (5) working days AFTER delivery of the equipment.
The training sessions shall as a minimum meet the following requirements:
1. Session 1: Basic operation, detector programming, special
configuration programming, and time of time of day operation. This
would cover operator front panel instruction for each component
(i.e., Controller, Malfunction Management Unit, and Detector).
2. Session 2: Preemption, telemetry, diagnostics, cabinet operation,
preventative maintenance, computer software, and troubleshooting.
Technical maintenance and troubleshooting instruction shall be the
main focus.
3. Presentations shall be made by "factory trained personnel'.
Supplier shall provide all necessary equipment needed for the
training.
The instructional materials provided with the training sessions shall include
the following information:
1. Table of Contents
2. Operating Procedure
3. Theory of Operation
4. Maintenance and Troubleshooting Information
5. Circuit Wiring Diagrams
6. Pictorial Diagrams of Part Locations
7. Timing Sheet
The controller shall be a NEMA TS2 controller, specifically, an Econolite
Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase
signal cabinet.
9-29.13(51 Flashing Operations
(February 2, 2012 CFW GSP)
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-178 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Section 9-29.13(5) is modified as follows:
Paragraph 2, Item 2 is deleted and replaced with the following:
Police Flash Switch - The switch shall have two positions, "Auto" and
"Flash"' The up position shall be "Auto" and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
flashing operation and apply stop time to the controller. When the flash
switch is returned to the "Automatic" position, the controller shall restart
except when the conflict monitor has commanded flash operation. The
effect shall be to disable the police panel when the conflict monitor has
detected a malfunction and all controller and conflict monitor indications
shall be available to the technician regardless of the position of the police
panel flash. The controller shall restart with all -flash for a preset period of
time.
(March 15, 2012 CFW GSP)
Section 9-29.13(5) is supplemented with the following:
All cabinets shall be wired to flash red for all phases. Flashing display shall
alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8.
9-29.13 6 Emergency Preem tian
(March 31, 2012 CFW GSP)
Section 9-29.13(6) is supplemented with the following:
Emergency Preemption System (EPS) equipment shall be compatible with
the operational requirements of the existing Opticom brand (GTT (formerly
3M)) emitters, detectors, phase discriminators and confirmation lights
owned by the City.
EPS equipment shall meet the following requirements:
1. Detector. The Contractor shall provide and install emergency
preemption detectors at locations shown in the plans. The
emergency preemption detectors shall be solid-state devices
consisting of photoelectric cells and an amplifier mounted in weather -
resistant housings. The detectors (GTT Model #711 or approved
equal) shall be capable of detecting an optical signal generated by
an Opticom brand emitter assembly (GTT). The detectors shall
detect the optical signals from the emitter, amplify the signal, and
transmit it to the phase discriminator. The detectors shall have a
range control capable of being adjusted up to a maximum of 1/3 mile.
Detectors shall be installed in a drilled and tapped hole in the top of
the mast -arm or street -light arm, unless shown otherwise in the
Plans. They shall be tightly fitted to point in the direction shown in the
plan view.
Detector Lead-in Cable. The detector lead-in cable shall be GTT
(formerly 3M) Opticom Model 138 shielded detector cable, or
approved equal. No splicing will be allowed between the detector and
the controller cabinet. All lead in cables shall be connected to
terminals in the controller cabinet as shown in the wiring diagram.
The shields shall be grounded to the grounding bar.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-179 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.018
Confirmation Light. Mounted below the OPTICOM detector there
shall be placed a white, 100 watt (minimum), standard screw
socket, flood light which shall indicate, by being on, when the
preemption interval is in effect and the desired phase is being held
in a green display, unless otherwise noted in the plans. Indicator
lights shall be actuated by utilizing the unused yellow output of
pedestrian signal switch packs.
4. Multimode Phase Selector. The phase selector shall be GTT
(formerly 3M) Opticom Model 764 capable of communication both
IR and GPS based systems.
Maintenance and operation manuals shall be furnished for all emergency
preemption equipment to the City of Federal Way or its designated agents
by the Contractor.
9-29.13 10 A Auxiliary Equipment for NEMA Controllers
(February 2, 2012 CFW GSP)
Section 9-29.13(10)A is modified as follows:
Paragraph 1, Item 1 is supplemented with the following:
All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 810 or approved equal.
Paragraph 1, Item 2 is supplemented with the following:
All load switches shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 510 or approved equal.
Paragraph 1, Item 3a is deleted and replaced with the following:
A 50-amp main breaker shall be supplied. This breaker shall supply power
to the controller, MMU, signals, cabinet power supply, and auxiliary panels.
Paragraph 1, Item 3b is deleted and replaced with the following:
A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI
outlet.
Paragraph 1, Item 3c is supplemented with the following:
Spare neutral buss bars shall be provided on the bottom left and right of
the cabinet.
Paragraph 1, Item 3 is supplemented with the following:
g. A normally -open, 60-amp, solid-state device, "Crydom CWA 4850 relay",
or approved equivalent.
h. The power panel shall be covered by an easily removable, clear
Plexiglas cover.
Paragraph 1, Item 4 is supplemented with the following:
Inside the police door there shall be a flash switch, which shall be the only
switch on that panel. The switch shall have two positions, "Auto" and
"Flash". The up position shall be "Auto" and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-180 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
flashing operation and apply stop time to the controller. The switch shall
be a general-purpose bat style toggle switch with 0.688-inch-long bat. The
switch shall have a protective cover, which must be lifted to operate the
switch.
Paragraph 1, Item 6 is supplemented with the following:
Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction
Management Unit.
Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented
with the following:
The detector interface panel shall support up to 32 channels of detection
and four channels of preemption devices.
Detector Racks
Two vehicle detector amplifier racks and two detector interface panels shall
be provided in each cabinet. Each rack shall support up to 16 channels of
loop detection, one 4-channel preemption device, and one BIU.
Paragraph 1, Item 8 is supplemented with the following:
There shall be terminal strips for field wiring in the controller cabinet. The
terminals shall be numbered in accordance to the field wiring chart included
in these Specifications. A common buss bar with a minimum of 15 spare
terminals shall be available after the cabinet is fully wired. In addition, a
15 terminal bar shall be provided for the pedestrian common and a terminal
shall be provided for each signal head neutral. The buss bars shall be
located on the left side wall of the cabinet. Only King County numbers shall
be shown, as described in Section 8-20.3(8).
Pedestrian Detector Field Wiring
All pedestrian detectors shall be connected between logic ground and their
appropriate field terminal. The terminals shall be grouped together and
located in the lower left side panel.
Main Panel and Wire Terminations
All wires terminated behind the main panel and other panels shall be
SOLDERED. No pressure or solderless connectors shall be used. Printed
circuit boards shall NOT be used on main panels.
Field Terminal Locations
Field terminals shall be located at the bottom of the backboard. Their order
shall be left to right beginning with phase one and following the order of
the load switches. Field terminals shall be of the Screw type per NEMA TS2
5.3.6.
Paragraph 1, Item 9 is supplemented with the following:
The cabinet shall be provided with a thermostatically -controlled (adjustable
between 80-150 degrees F) ventilation fan and shall be installed in the top
of the cabinet plenum.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-181 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
Paragraph 1, Item 10 is deleted and replaced with the following:
The cabinet shall have an incandescent lighting fixture that shall be
mounted on the inside top of the cabinet near the front edge. An on/off
switch that is turned on when the cabinet door is opened and off when it is
closed shall activate the incandescent light. The lamp socket shall be
placed on the circuit with convenience outlets which shall be protected by
a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be
provided.
Paragraph 1, Item 11 is supplemented with the following:
All Controller and Malfunction Management Unit cables shall be of sufficient
length to access any shelf position. All cables shall be encased in a
protective sleeve along their entire free length.
Color Coding
All cabinet wiring shall be color coded as follows:
Purple
= MMU Wiring
Orange
= Flash Color Programming
Brown
= Green Signal Wiring
Yellow
= Yellow Signal Wiring
Red
= Red Signal Wiring
Blue
= Controller wiring
Gray
= DC ground
AC+
= Black
AC-
= White
Chassis Ground
= Green
Paragraph 1 is supplemented with the following:
13. Main Panel Configuration - The main panel shall be fully wired in the
following configuration:
a) Sixteen (16) load sockets.
b) Six (6) flash -transfer -relay sockets.
c) One (1) flasher socket.
d) Two (2) main panel rack slots for BIUs 1 and 2. Two rack slots for
Terminal and Facilities BIU's 3 and 4 which shall be wired to
numbered terminal strips.
e) Wiring for 2 detector racks and 1 Type-16 MMU.
14. Lightning Suppression - The cabinet shall be equipped with an
Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved
equivalent surge arrester.
15. Convenience Outlets - One convenience outlet with a ground fault
interrupter and a second convenience outlet without ground fault
interrupter shall be furnished in the cabinet(s). The ground fault outlet
shall be mounted one on right side of the cabinet, near the top shelf,
and the non -ground fault outlet shall be mounted on the left side of the
cabinet, near the top shelf. No outlets shall be mounted on the door.
The convenience outlets shall be placed on the circuit with the lamp
socket which shall be protected by a circuit breaker rated at 25 amps.
16. Loop Detector Units:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA82 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
(a) Cabinets shall be supplied with eight 4-channel loop detectors
minimum or sixteen 4-channel loop detectors maximum as shown
on the Plans. Loop detectors shall meet TS2 Specifications.
(b) Equipment and loop detection for advanced loops shall be as shown
in the plans.
17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry
interface panel and telemetry connecting cable so as to work with the
master cabinet. In addition, every cabinet shall also be wired for
transient suppression (Model # EDCO PC642C-00-AD or approved
equivalent).
18. Preemption - The cabinet shall be completely wired to accept and
service calls from GTT (formerly 3M) Opticom, Model 764 multimode
phase -selector modules and their related optical -detector units.
19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2-
1992 Section 8 requirements. In addition, all BIUs shall provide
separate front panel indicator light emitting diode (LEDs) for Valid Data.
20. Cabinet Power Supply - The cabinet power supply shall as a minimum
meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall
also provide a separate front panel indicator LED for each of the four
outputs. Front panel banana jack test points for 24 VDC and logic
ground shall also be provided.
21. Fiber Optic Interconnect - The cabinet shall be furnished with
equipment to accommodate the fiber optic interconnect cable including
an IFS model D9130 fiber to serial modem or approved equal and
RuggedCom brand Ethernet switch(s) including RuggedSwitch
RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or
RuggedSwitch RS930L (copper only) or approved equal(s).
22. Inside Control Panel Switches - Service Panel Switches
(a) Power Switches: There shall not be a main power switch inside the
cabinet(s) that shall render all control equipment electrically dead
when turned off. There shall be a controller power switch that shall
render the controller and load switching devices electrically dead
while maintaining flashing operation for purposes of changing the
controller or load switching devices. The switch shall be a general-
purpose bat style toggle switch with .688-inch-long bat. The switch
shall have a protective cover, which must be lifted to operate the
switch.
(b) Stop Time Switch: There shall be a 3-position switch located inside
the cabinet door identified as the Stop Time switch. Its positions
shall be labeled "Normal" (up), "Off" (center), and "On" (down).
With the switch in its Normal position, a stop timing command may
be applied to the controller by the police flash switch or the conflict
monitor unit. When the switch is- in its "Off" position, stop -timing
commands shall be removed from the controller. The "On" position
of the switch shall cause the controller to stop timing. The switch
shall be a general-purpose bat style toggle switch with
.688-inch-long bat. The switch shall have a protective cover, which
must be lifted to operate the switch.
(c) Technician Hash Switch: There shall be a switch inside the cabinet
to place the signal in flashing operation while the controller
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA83 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
continues to operate. This flash shall have no effect on the
operation of the controller or conflict monitor. The switch shall be a
general-purpose bat style toggle switch with .688-inch-long bat.
The switch shall have a protective cover, which must be lifted to
operate the switch.
(d) Detector TestSwitches: All eight controller phase inputs shall have
push button momentary test switches, Each switch shall be
connected to the first channel of each detector card input to the
BIU. All eight pedestrian phases shall have push button momentary
test switches by phase. These switches shall be located inside the
cabinet door and labeled by associated phase number. A see -
through Plexiglas cover shall cover all detector disconnect/test
switches.
(e) Preempt Test Switches: All Six preempt inputs shall have
disconnect/test switches. These switches shall have three positions
labeled "Normal" (up) which shall connect the controller to the
Opticom output: "Off" (center) which shall isolate the controller
from the Opticom output: and "Test" (down) which shall provide a
momentary true input to the controller.
(f) Switches shall be in groups of eight (8), matching the phase
groupings of the intersection.
Section 9-29.13(10)C is supplemented with the following:
"Plug and Play" Cabinets are not acceptable.
"Modular" Main Panels shall not be permitted.
Section 9-29.13(10)C is modified as follows:
Paragraph 1, Item 1 is deleted and replaced with the following:
Cabinet Construction
A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and
installed by the Contractor. The size of the cabinet shall be Type 6 (P 55").
Cabinets shall meet, as a minimum, all applicable sections of the NEMA
Standard Publication No. TS2-1998. Where differences occur, this
Specification shall govern. The cabinets shall meet the following criteria:
1. Material shall be 5052-H32 0.125-inch-thick aluminum.
2. The cabinet shall be supplied with a natural finish inside and out,
unless otherwise specified.
3. The door hinge shall be of the continuous type with a stainless steel
hinge pin.
4. All external fasteners shall be stainless steel.
5. The door handle shall be cast aluminum.
6. All seams shall be sealed with RTV sealant or equivalent material
on the interior of the cabinet.
Paragraph 1, Item 2 is deleted and replaced with the following:
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-184 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
The cabinet shall contain shelving, brackets, racks, etc., to support the
controller and auxiliary equipment. All equipment shall set squarely on
shelves or be mounted in racks and shall be removable without turning,
tilting, rotating or relocating one device to remove another.
Shelf Height
The cabinet shall be supplied with two removable shelves manufactured
from 5052-H32 aluminum. The shelves must have the ability of being
removed and reinstalled WITHOUT the use of hand tools.
Paragraph 1, Item 4 is supplemented with the following:
Air Filter Assembly
The cabinet air filter shall be a one-piece removable, noncorrosive, vermin -
and insect -proof air filter and shall be secured to the air entrance of the
cabinet.
Paragraph 1 is supplemented with the following:
6. Additional Panel Space - Adequate space shall be left open for the
addition of a master interface panel and an AVI interface panel.
9-29.14 Vacant
Section 9-29.14 is deleted and replaced with the following:
9-29A4 School Zone Beacon Control
(March 14, 2012 CFW GSP)
The calendar -activated school zone flashing beacon system shall be an, RTC
School Zone Beacon System or approved equal whether solar -powered or hard-
wired.
The school zone beacon system user interface shall be quickly and easily
accessed . Programming shall be via a push-button keyboard integral to the unit
with easy -to -use interface prompts. The controller shall have all calendar data
stored locally to ensure timely activations in virtually all circumstances
The School Zone Beacon System shall consist of the following components:
1. Controller: The controller shall be an RTC AP22 time switch, or approved
equal, equipped with a GPS receiver capable of accepting the time -of -day
reference to update the time -of -day in the time switch for zero time drift
to ensure on -time beacon activation.
2. Beacon: The beacon housing and frame shall be made of aluminum, and
the beacon bulb shall have at least 150 individual LEDs. The total light
emission per beacon shall be greater than 678 candelas. The beacon shall
draw attention at distances greater than 1000 feet during the day and
greater than 1 mile at night.
3. Redundant Calendar: There shall be no limit for day schedule on -off times.
The user shall be able to configure calendars with a minimum of 10 years
of scheduling. The controller shall have all calendar data stored locally so
that in the event of an interruption, the controller shall be able to maintain
scheduled activations.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-185 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
4. On -Demand Activation, Test and Reports: Each system shall provide on -
demand activation of beacons for emergency or any other purposes;,
battery health (solar only), Beacon outage, and activation reports through
the user interface.
S. Enclosure: The controller shall be housed in a vandal -resistant, aluminum,
NEMA 3R pole -mounted aluminum cabinet with a lockable, hinged door.
The enclosure shall be mounted at a height consistent with ADA guidelines
while not requiring a bucket truck from maintenance.
6. Power Options: The controller unit shall be available in solar 12 VDC, 35
AHr equipped with 90W solar panels, or in 120 VAC, 50W versions. Solar -
powered systems shall provide a minimum of 15 days of back-up battery
power in the absence of sunlight while operating at full brightness and at
standard usage levels.
9-29.15 Flashina Beacon Control
Section 9-29.15 is supplemented with the following:
Rapid Flashing Beacons
(January 7, 2019 WSDOT GSP, OPTION 1)
Rapid Flashing Beacon (RFB) indications shall comply with the dimensional,
operational, and flash pattern requirements of Federal Highway Administration
(FHWA) Interim Approval 21 (IA-21, Conditions 4, 5, and 6, excluding Condition 5f;
https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB
system shall be capable of providing, at a minimum, the following two -channel
flashing patterns:
1. NEMA Standard 50-50:
• Channel one is ON and channel two is OFF for 0.5 seconds.
• Channel one is OFF and channel two is ON for 0.5 seconds.
(Cycle repeats; the total flashing pattern cycle length is 1.00 second.)
2. RFB "WW+S" Pattern (IA-21 Condition 5b):
• Channel on is ON and channel two is OFF for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Channel one is OFF and channel two is ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Channel one is ON and channel two is OFF for 0.05 seconds.
■ Both channels are OFF for 0.05 seconds.
• Channel one is OFF and channel two is ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Both channels are ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Both channels are ON for 0.05 seconds.
Both channels are OFF for 0.25 seconds.
(Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.)
The flashing pattern shall be user -selectable in the field.
RFB system pushbuttons shall include a locator tone, but shall not include tactile
arrows, speech messages, or vibrotactile indications. RFB system pushbuttons
may include speech message and vibrotactile functionality, provided these
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA86 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
features can be deactivated. RFB system pushbuttons shall use a 9" x 12" R10-
25 sign. The R10-25 sign may include integral yellow warning lights.
Section 9-29.15 is supplemented with the following:
Rectangular Rapid Flashing Beacon System_
(September 17, 2014 CFW GSP)
The Rectangular Rapid Flashing Beacon System shall be an R920 by Carmanah
or AB- 9400 by JSF Technologies with High Performance Rectangular Rapid
Flashing Beacons or approved equal system.
The Controller with Rectangular Rapid Flashing Beacons (RRFB) shall meet all
FHWA and MUTCD standards. The system shall be capable of activation by a
variety of devices, including pushbuttons, microwave detectors, pedestrian -
activated pads and passive activation bollards. The RRFB brightness and light
emitting surface dimensions shall exceed the FHWA minimum standards and shall
be capable of being viewed from distances of over 1000 feet during the day and
over one mile at night. The system components shall mount quickly and easily to
any pole, and construction shall be durable, corrosion -resistant and protect against
wind, rain and vandalism.
The Rectangular Rapid Flashing Beacon System shall consist of the following
components:
1. Controller: The Controller shall be equipped with a GPS receiver
attached to its antenna unit, and the system shall not require the
installation or alteration of any other equipment or associated
hardware.
2. Rectangular Rapid Flashing Beacons: The RRFB housing shall contain
two primary light bars mounted in compliance with MUTCD
requirements, but exceeding the minimum 5" W x 2" H size and MUTCD
total light emission requirements. In addition to the primary light bars,
the housing shall have smaller secondary light bars mounted on each
end for pedestrian notification, arrayed in a minimum 0.4" W x 2" H
rectangle. The secondary light bars shall have optional opaque covers
if pedestrian notification from either or both ends of the housing is not
desired. The overall dimensions of the RRFB unit shall be
approximately 24"-29"W x 3.5"-4.5"H x 1.5"-5"D. The LEDs used in
both the primary and secondary light bars shall be rated for a minimum
15-year life, and the light bars shall not protrude beyond the surface of
the housing, shall not be mounted to the housing with exposed screws,
and shall be covered with polycarbonate windows for durability and
vandal resistance. The RRFB shall draw attention at distances greater
than 1000 feet during the day and over 1 mile at night. The controller
shall adjust RRFB brightness as outside light levels change between
day and night, being brighter during the day and less bright at night.
3. Rectangular Rapid Flashing Beacon Housing: The RRFB housing shall
be made of powder -coated aluminum with a minimum thickness of
0.125", and shall provide a mounting mechanism allowing for
directional rotation of the primary light bars toward oncoming traffic at
curves, corners, and roundabouts.
4. Activation Devices: The controller shall be capable of being activated
by a variety of devices, including pushbuttons, microwave detectors,
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-187 PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
pedestrian -activated pads and passive -activation bollards.
Pushbuttons shall be APS style units with a directional arrow.
5. On -Demand Activation, Test and Reports: Each system shall provide
on -demand activation of RRFBs for emergency or any other purposes;
on -demand test of communication interruption (knockdown), battery
health (solar only), Beacon outage, and activation reports through the
user interface.
6. Enclosure: The controller shall be housed in a vandal -resistant,
aluminum, NEMA 3R pole -mounted cabinet with a lockable, hinged
door.
7. Power Options: The controller unit shall be available in solar 12 V DC,
35-36 Ah equipped with 10-40W solar panels, or in 120 VAC, 50W
versions. Solar -powered systems shall provide a minimum of 15 days
of back-up battery power in the absence of sunlight while operating at
full brightness and at standard usage levels.
9-29.24 Service Cabinets
(December 18, 2009 CFW GSP)
Section 9-29.24 is supplemented with the following:
The service cabinet shall be aluminum, and shall conform to Federal Way Drawing
Number 3-45 included in the appendices of these Special Provisions. The unit shall be
modified as necessary to meet all current requirements of the Department of Labor and
Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable
stainless steel handle and a three-point locking system. The service cabinet shall contain
one (1) ground fault receptacle. Main breaker, branch breakers, and contactors shall be
rated per the Breaker Schedule on the Plans.
The service cabinet shall be equipped with a door -in -door, dead -front assembly, which
shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that
any piece of apparatus may be removed without disconnecting any wiring, except the lead
to that piece of apparatus. All wiring shall be appropriately marked with a permanent,
indelibly marked, clip -sleeve wire marker. All wiring shall conform to NEMA Class II C.
The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES-2EU or
approved equal with Underwriters Laboratory label on the panel boards.
A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently
inside the service cabinet. Nameplates shall be provided for each control component and
shall be embossed phenolic with white letters on black background. Nameplates shall be
screw -fastened.
9-29.25 Amplifier, Transformer, and Terminal Cabinets
(February 24, 2012 CFW GSP)
Section 9-29.25 is supplemented with the following:
Where noted on the Plans, terminal cabinets shall be furnished and installed on mast arm
poles. Terminal cabinets shall be mounted at a minimum height of seven (7) feet to
maintain ADA accessible pathways.
Numbered terminal strips shall be installed in each cabinet with sufficient connections to
accommodate all necessary wires and specs as shown on the Wiring Diagram.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-188 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
The unit shall be fastened to the pole shaft with a minimum of three (3) self -tapping
galvanized metal screws employing minimum 1-inch-diameter flat washers on the inside
of the cabinet.
Following installation, an epoxy sealant shall be used to provide a rain tight seal between
the pole shaft and the cabinet back.
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3(4) Type ❑ — Liquid Cold Applied Methyl Methacrylate
(March 13, 2012 CFW GSP)
Section 9-34.3(4) is supplemented with the following:
The methyl methacrylate (MMA) material shall be formulated as a long -life durable
pavement marking system capable of providing a minimum of two years of
continuous performance. The material shall be a catalyzed methyl methacrylate
(MMA), wet -continuous reflective product and placed shall have a dry time (cure)
to the touch of no more than 30 minutes. The material shall be capable of retaining
reflective glass beads and ceramic micro -crystalline elements of the drop -on or
spray -on type as specified by the manufacturer. The binder shall be lead free and
suitable for bituminous and concrete pavements.
9-34.4 Glass Beads for Pavement Marking Materials
(March 13, 2012 CFW GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate
compatible coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Core Elements
Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM
2176.
The bonded core reflective elements shall contain either clear or yellow tinted
microcrystalline ceramic beads bonded to the opacified core. These elements shall not
be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when
tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic
beads bonded to the core shall have a minimum index of refraction of 2.30 when tested
using the liquid oil immersion method.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-189 PROJECT 36217
CFW SPECIAL PROVISIONS VER 202101 B
There are two gradations for the bonded core elements, standard size and "S" series. "S"
series is a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh
Micron
Standard Elements
'IS" Series
12
1700
80-100
85-100
14
1410
45-80
70-96
16
1180
5-40
50-90
18
1000
0-20
5-60
20
850
0-7
0-25
30
600
0-7
A sample of bonded core reflective elements supplied by the manufacturer shall show
resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of
sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid
into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water,
not the reverse.
The bonded core elements are surface treated to optimize embedment and adhesion to
the MMA binder. Elements treated for use with MMA shall have identification on packaging
or label to indicate use with the MMA binder.
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.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity
is averaged over many readings. Minimum Retro reflectivity results represent average
performance for smooth pavement surfaces. Values represent both standard and "S"
Series elements. Results may vary due to differences in pavement type and surface
roughness. Increased element drop rate may be necessary to compensate for increased
surface area characteristic of rough pavement surfaces. The initial retro reflectance of a
single installation shall be the average value determined by the measurement procedures
outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be
expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified
by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for
wet -continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of
700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement
markings and wet -recovery (as described by ASTM 2177) reflectance value of 375
MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement
markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of
150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement
markings as measured with a 30 meter device approved by the Traffic Engineering
Division (TED).
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-190 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
The Contractor will be required to take and record readings every 500 feet utilizing a 30
meter device approved by the Traffic Engineering Division. These readings shall be
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White Yellow
D ASTM E1710) 700 500
Wet recovery ASTM E2177 375 280
Wet continuous (ASTM E2176) 150 125
Standard Plans
(January 13, 2021 WSD07)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 30, 2020 is made a part of this contract.
The Standard Plans are revised as follows:
A-50.10
DELETED
A-50.20
DELETED
A-50.30
DELETED
A-50.40
DELETED
B-90.40
Valve Detail — DELETED
C-1
DELETED
C-8
Add new Note 5, "5. Type 2 Barrier and Barrier Terminals are allowed in temporary
installations only. New Type 2 Barrier and Barrier Terminals are not allowed to be
fabricated after December 31, 2019. The plan is provided as a means to verify that any
Type 2 barrier and Barrier Terminals fabricated prior to December 31, 2019 meets the plan
requirements and cross -sectional dimensions as specified in Standard Specifications 6-
10.3(5)."
C-8a
Add new Note 2, "2. Type 4 Barrier and Barrier Transition are allowed in temporary
installations only. New Type 4 Barrier and Barrier Transition are not allowed to be
fabricated after December 31, 2019. The plan is provided as a means to verify that any
Type 4 barrier and Barrier Transition fabricated prior to December 31, 2019 meets the plan
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SPA91 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
requirements and cross -sectional dimensions as specified in Standard Specifications 6-
10.3(5)."
C-8b
DELETED
C-8e
DELETED
C-8f
DELETED
C-16a
DELETED
C-20.10
The following table is added:
SLOPE \ EMBANKMENT TABLE
FOR 8', 9, 11' LONG POSTS
POST LENGTH SLOPE W FT
8-FOOT 1 H : 1V OR FLATTER 2.5 MIN
8-FOOT 2H : IVOR FLATTER 0
(FACE OF BARRIER AT
SLOPE BREAK POINT
9-FOOT 1.51-1: 1V OR FLATTER 0
(FACE OF BARRIER AT
_ SLOPE BREAK POINT)
11-FOOT 1H : 1V OR FLATTER 0
(FACE OF BARRIER AT
SLOPE BREAK POINT)
C-20.11
DELETED
C-20.19
DELETED
C-40.16
DELETED
C-40.18
DELETED
C-80.50
DELETED
C-85.14
DELETED
C85.15
CITY OF FEDERAL WAY
SP-192
SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021.01 B
SECTION B detail, the callout reading "ANCHOR BOLT (TYP.) — SEE DETAIL,
STANDARD PLAN C-8b", is revised to read "ANCHOR BOLT (TYP.) — SEE DETAIL IN
PLANS".
SECTION B detail, the callout reading "ANCHOR PLATE (TYP.) — SEE STANDARD PLAN
J-8b", is revised to read "ANCHOR PLATE (TYP.) — SEE DETAIL IN PLANS".
D-2.14
DELETED
D-2.16
DELETED
D-2.18
DELETED
D-2.20
DELETED
D-2.42
DELETED
D-2.44
DELETED
D-2.46
DELETED
D-2.48
DELETED
D-2.82
DELETED
D-2.86
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions
stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-193 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 01 B
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
G-20.10 "
SIGN INSTALLATION BEHIND TRAFFIC BARRIER detail, dimension callout "T MIN.", is
revised to read "5' MIN.".
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
H-70.30
DELETED
J-10.16
Key Note 14, reads: "Mounting Hole — See Standard Plan J-10.30 for mounting Details."
Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details."
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
J-10.17
Key Note 16, reads: "Mounting Hole — See Standard Plan J-10.?? for mounting Details."
Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details."
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-194 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
J-10.18
Key Note 12, reads: "Mounting Hole — See Standard Plan J-10.20 for mounting Details."
Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details."
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
J-20.26
Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was — LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout — "ANCHOR BOLTS
- 1/4" (IN) x 30" (IN) FULL THREAD — THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS ^- 3/4" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2 1/" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque Clamping Bolts
(see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) — 3/4" (IN) Diam. Torque
Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'— 6" Anchor Bolt (TYR) — Three Required (See Note 2)"
J-21.15
Partial View, callout, was — LOCK NIPPLE — 1 1/" DIAM., is revised to read; CHASE
NIPPLE — 1 1/" (IN) DIAM.
J-21.16
Detail A, callout, was — LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
CITY OF FEDERAL WAY SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
SP-195 PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x)
Detail A, callout, was — LOCK NIPPLE — 1 '/2" DIAM. is revised to read; CHASE NIPPLE
1 '/2" (IN) DIAM.
J-40.10
Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 1/" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; 12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
J-40.36
Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-40.37
Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-75.20
Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands",
add the following to the end of the note: "Alternate: Stainless steel cable with stainless
steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and
associated hardware."
J-81.10
All references to "Type 170 Controller" are replaced with "Controller".
L-40.10
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
A-10.30-00......
10/5/07
A-20.10-00......8/31
/07
A-30.10-00......
11 /8/07
A-30.30-01......
6/16/11
B-5.20-03........ 9/9/20
B-5.40-02......... 1 /26/17
B-5.60-02......
... 1 /26/17
B-10.20-02
........ 3/2/18
B-10.40-01.
....... 1 /26/17
B-10.70-01......
9/9/20
B-15.20-01
........ 2/7/12
B-15.40-01.....
... 2/7/12
CITY OF FEDERAL WAY
SP-196
A-30.35-00.......
10/12/07
A-60.10-03........
12/23/14
A-40.00-00.........
8/11 /09
A-60.20-03.........
12/23/14
A-40.10-04.........
7/31/19
A-60.30-01..........
6/28/18
A-40.15-00.........
8/11 /09
A-60.40-00..........
8/31 /07
A-40.20-04.........
1 /18/17
A-40.50-02.........
12/23/14
B-30.50-03..........
2/27/18
B-75.20-02..........
2/27/18
B-30.60-00.......
9/9/20
B-75.50-01..........
6/10/08
B-30-70-04......
2/27/18
B-75.60-00............ 6/8/06
B-30.80-01..........
2/27/18
B-80.20-00......... 6/8/06
B-30.90-02.........
1 /26/17
B-80.40-00... ......
6/1 /06
B-35.20-00... ........
6/8/06
B-85.10-01.........
6/10/08
B-35.40-00...........
6/8/06
B-85.20-00-- .....
6/1/06
B-40.20-00...........
6/1 /06
B-85.30-00..........
6/1 /06
SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
B-15.60-02........ 1 /26/17
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-30.05-00 ......
9/9/20
B-30.10-03....
..... 2/27/18
B-30.15-00..
....2/27/18
B-30.20-04.........
2/27/18
B-30.30-03.........
2/27/18
B-30.40-03..........
2/27/18
C-1.................... 9/9/20
C-1 b...................9/9/20
C-1 d................
10/31 /03
C-2c..................8/12/19
C-4f...................
8/ 12/ 19
C-6a................10/14/09
C-7.....................6/16/11
C-7 a ...................
6/ 16/ 11
C-8.....................2/10/09
C-8a...................7/25/97
C-20.10-06.........
9/ 16/20
C-20.14-04..........
8/12/19
C-20.15-02..........
6/11 /14
C-20.18-03..........
8/12/19
C-20.40-07..........
8/12/19
C-20.41-02..........
8/12/19
D-2.04-00........ 11 /10/05
D-2.06-01........ 1 /6/09
D-2.08-00........
11 /10/05
D-2.32-00........
11 /10/05
D-2.34-01....... .1
/6/09
D-2.36-03........6/11
/14
D-2.60-00... .....11
/10/05
D-2.62-00........
11 /10/05
D-2.64-01........
1 /6/09
D-2.66-00........
11 /10/05
D-2.68-00...... ..11
/10/05
E-1....................2/21 /07
E-2.................... 5/29/98
F-10.12-04-------
9/24/20
F-10.16-00-------
12/20/06
F-10.18-02.........
9/24/20
F-10.40-04...........
9/24/20
F-10.42-00.........
1 /23/07
CITY OF FEDERAL WAY
SP-197
B-40.40-02........
1 /26/17
B-45.20-01..........
7/11 /17
B-45.40-01..........
7/21 /17
B-50.20-00..........
6/1 /06
B-55.20-02..........
2/27/ 18
B-60.20-02..........
9/9/20
B-60.40-01..........
2/27/18
B-65.20-01..........
4/26/ 12
B-65.40-00..........
6/1 /06
B-70.20-00..........
6/1 /06
13-70.60-01...... -
..1 /26/17
C-20.42-05..........
7/14/15
C-20.45.02...........
8/12/19
C-22.16-07........
9/16/20
C-22.40-08........
9/ 16/20
C-22.45-05........
9/16/20
C-23.60-04........
7/21 /17
C.24.10-02........8/12/19
C-25.20-06........
7/14/15
C-25.22-05........
7/14/15
C-25.26-04........
8/ 12/19
C-25.30-00.......
6/28/18
C-25.80-05........
8/12/19
C-60.10-01.......
9/24/20
C-60.20-00......
9/24/20
C-60.30-00.......
9/24/20
C-60.70-00.......
9/24/20
D-2.80-00
........ 11 /10/05
D-2.84-00
........ 11 /10/05
D-2.88-00
........ 11 /10/05
D-2.92-00
........ 11 /10/05
D-3.09-00
........ 5/17/12
D-3.10-01......
5/2 9/ 13
D-3.11-03......
6/11 /14
D-3.15-02......
6/10/13
D-3.16-02
..... 5/29/ 13
D-3.17-02
...... 5/9/ 16
D-4.................
12/11 /98
E-4.................... 8/27/03
E-4a.................. 8/27/03
F-10.62-02........ 4/22/14
F-10.64-03
........ 4/22/14
F-30.10-04
........ 9/25/20
F-40.12-03
........ 6/29/ 16
F-40.14-03
........ 6/2 9/ 16
B-85.40-00
.......... 6/8/06
B-8 5.50-01.........
6/ 10/08
B-90.10-00.......
... 6/8/06
B-90.20-00..........
6/8/06
B-90.30-00..........
6/8/06
B-90.40-01.
.......... 1 /26/17
B-90.50-00..........
6/8/06
B-95.20-01
.......... 2/3/09
B-95.40-01..........
6/2 8/ 18
C-70.10-02
..... ... 9/ 16/20
C-75.10-02........
9/ 16/20
C-75.20-02
........ 9/16/20
C-75.30-02
........ 9/16/20
C-80.10-02........
9/ 16/2 0
C-80.20-01
........ 6/11 /14
C-80.30-01
..... ...6/11 /14
C-80.40-01
........ 6/11 /14
C-85.10-00
........ 4/8/12
C-85.11-01
........ 9/16/20
C-85.15-01........
6/30/ 14
C-85.16-01........
6/ 17/ 14
C-85-18-01
........ 6/11 /14
C-85.20-01
........ 6/11 /14
D-6....................6/19/98
D-10.10-01......
12/2/08
D-10.15-01......
12/2/08
D-10.20-01.........
8/7/ 19
D-10.25-01.........
8/7/ 19
D-10.30-00.........
7/8/08
D-10.35-00.........
7/8/08
D-1 0.40-01 ......
12/2/08
D-10.45-01......
12/2/08
F-40.15-04........
9/25/20
F-40.16-03........
6/29/16
F-45.10-02........
7/ 15/ 16
F-80.10-04--------
7/ 15/ 16
SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
G-10.10-00........ 9/20/07
G-2 0.10-02 ........
6/2 3/ 15
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
G-24.50-05.....
8/7/19
G-24.60-05.....
6/28/18
H-10.10-00.......... 7/3/08
H-10.15-00.......... 7/3/08
H-30.10-00...... 10/12/07
1-10.10-01- ...... 8/11 /09
1-30.10-02.........
3/22/13
1-30.15-02...
...... 3/22/13
1-30.16-01......
...7/11 /19
1-30.17-01.........
6/12/19
J-10..................7/18/97
J-10.10-04...... 9/16/20
J-10.12-00....... 9/16/20
J-10.14-00........ 9/16/20
J-10.15-01........ 6/11 /14
J-10.16-01...... 9/16/20
J-10.17-01...... 9/16/20
J-10.18-01...... 9/16/20
J-10.20-03...... 9/16/20
J-10.21-01...... 9/16/20
J-10.22-01........ 9/16/20
J-10.25-00...... 7/11 /17
J-12.15- 0 0 ...... 6/28/18
J-12.16-00...... 6/28/18
J-15.10-01........ 6/11 /14
J-15.15-02...... 7/10/15
J-20.10-04........ 7/31 /19
J-20.11-03........ 7/31 /19
J-20.15-03........6/30/14
J-20.16-02........ 6/30/ 14
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
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.....7/21 /16
J-26.15-01.....5/17/12
CITY OF FEDERAL WAY
SP-198
G-25.10-05....... 9/16/20
G-26.10-00......
7/31 /19
G-30.10-04.......
6/23/15
G-50.10-03.......
6/28/18
G-90.10-03......
7/11 /17
G-90.11-00.......
4/28/16
G-90.20-05......
7/11 /17
G-90.30-04......
7/11 /17
G-90.40-02......
4/28/ 16
H-32.10-00....... 9/20/07
H-60.1 0-01 ......... 7/3/08
H-60.20-01......... 7/3/08
1-30.20-00......... 9/20/07
1-30.30-02.........
6/12/19
1-30.40-02.......
6/12/19
1-30.60-02.........
6/12/19
1-40.10-00.........
9/20/07
J-28.40-02...... 6/11 /14
J-28.42-01....... 6/11 /14
J-28.43-01.......
6/28/18
J-28.45-03.......
7/21 /16
J-28.50-03.......7/21
/16
J-28.60-02.......7/21
/16
J-28.70-03.......
7/21 /17
J-29.10-01.......
7/21 /16
J-29.15-01.......7/21
/16
J-29.16-02.......
7/21 /16
J-30.10-00......
6/18/15
J-40.05-00......
7/21 /16
J-40.10-04......
4/28/16
J-40.20-03......
4/28/16
J-40.30-04......
4/28/16
J-40.35-01...
... 5/29/13
J-40.36-02......
7/21 /17
J-40.37-02......
7/21 /17
J-40.38-01 .......
5/20/13
J-40.39-00......
5/20/13
J-40.40-02......
7/31 /19
J-45.36-00......
7/21 /17
J-50.05-00......
7/21 /17
J-50.10-01.......
7/31 /19
J-50.11-02.......
7/31 /19
J-50.12-02 .......
8/7/ 19
J-50.13-00.......
8/22/ 19
J-50.15-01.......
7/21 /17
J-50.16-01.......
3/22/ 13
J-50.18-00.......
8/7/19
J-50.19-00 .......
8/7/ 19
G-95.10-02........ 6/28/18
G-95.20-03..... ... 6/28/18
G-95.30-03........ 6/28/18
H-70.10-01...... 2/7/ 12
H-70.20-01......2/16/12
1-40.20-00.........
9/20/07
1-50.20-01..........
6/ 10/ 13
1-60.10-01
.......... 6/10/13
1-60.20-01.....
..... 6/10/13
1-80.10-02
.......... 7/ 15/ 16
J-60.13-00.......
6/ 16/ 10
J-60.14-01......
7/31 /19
J-75.10-02......
7/10/15
J-75.20-01......
7/10/15
J-75.30-02
....... 7/10/15
J-75.40-02
...... 6/1 /16
J-75.41-01......
6/29/16
J-75.45-02......
6/1 /16
J-80.10-00......
6/28/18
J-80.15-00
..... . 6/28/18
J-81.10-01......
9/16/20
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
SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
PROJECT 36217
CFW SPECIAL PROVISIONS VER. 2021 01 B
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-28.24-02.......
9/16/20
J-28.26-01
...... 12/02/08
J-28.30-03..
.... 6/11 /14
K-70.20-01
....... 6/1 /16
K-80.10-02.......
9/25/20
K-80.20-00
..... 12/20/06
K-80.35-01
....... 9/16/20
K-80.37-01
....... 9/16/20
L-10.10-02........6/21 /12
L-20.10-03........7/14/15
L-30.10-02..... ...6/11 /14
M-1.20-04......... 9/25/20
M-1.40-03.........
9/25/20
M-1.60-03.........
9/25/20
M-1.80-03.........
6/3/11
M-2.20-03.........
7/10/15
M-2.21-00......
7/10/15
M-3.10-04.........
9/25/20
M-3.20-03.........
9/25/20
M-3.30-04.........
9/25/20
M-3.40-04.........
9/25/20
M-3.50-03.........
9/25/20
M-5.10-03.........
9/25/20
M-7.50-01.........
1 /30/07
M-9.50-02.........
6/24/ 14
M-9.60-00
........ 2/10/09
CITY OF FEDERAL WAY
SPA 99
J-50.20-00
.....6/3/11
J-50.25-00.......
6/3/11
J-50.30-00
.....6/3/11
J-60.05-01.......
7/21 /16
J-60.11-00.......5/20/13
J-60.12-00.......
5/20/13
L-40.15-01........ 6/16/11
L-40.20-02........ 6/21 /12
M-11.10-03. --
- _ ..8/7/19
M-12.10-02 ......
9/25/2 0
M-15.10-01........
2/6/07
M-17.10-02........
7/3/08
M-20.10-03........
9/25/20
M-20.20-02........
4/20/ 15
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-24.40-02.......
4/20/15
M-24.60-04.......6/24/14
M-24.65-00. ....7/11/17
M-24.66-00......
7/11 /17
M-40.10-03......
6/24/14
END DIVISION 9
L-70.10-01....... 5/21 /08
L-70.20-01....... 5/21 /08
M-40.2 0-00...10/
12/07
M-40.30-01......
7/11 /17
M-40.40-00......
9/20/07
M-40.50-00......
9/20/07
M-40.60-00...... 9/20/07
M-60.10-01...... 6/3/11
M-60.20-02......
6/27/11
M-65.10-02...... 5/11 /11
M-80.10-01...... 6/3/11
M-80.20-00...... 6/10/08
M-80.30-00......
6/10/08
SW DASH PT RD & 47TH AVE SW COMPACT ROUNDABOUT
PROJECT 36217
CFW SPECIAL PROVISIONS VER 2021 018
0
m
LL
U
Z F
U R
cr
W aU
2
O NU
V
W
Z
Za =7
W O K U
UV U
Z0.
O W \
O
N H N H F
Y j ° m
c
n w
- 4 U
� W
m N
4 F-
LL I U L n Q
Z 4 W } w m
P ON ~p OwR •�,i . 3 w .Z/L a w
U � � F 0 `
LLJ
Z .9 a'V
~
W�a Z< O
oa 9 LL Z < O2O O UOW
oN $ W
W o
m 6. U
.Z Z Z HW
AVM 6313AIMI !O 3J0 D
O
g Z t 9
i
1
o
I
� W
J
� W a
i x
3
m Z U
O
U 0 s
iL Ly W N m
Q o
U
n o z
—�� w m
1 Z a1 W
0 WO
n�
d
�Z Tr
V '
M
Q
J
LU
MWM
1.�
U
U V)
J Y
m 0:
O
a3
N
tl
J
IL
a
� j U
w
g w ° 9 m r
I �r I ca
i UJ N
Z Z U
I
N a O O N a H O
F
o in 'i w W af
LLI
U (_7
a LJ O of
u U U p U U
Zvk
a Z
N Y
n F J
� zdJ d Om3 W
a Ozo U Z
a
3 w w aaaa2 V W W
W m� 7 Z SWCE O N
G 3� Q O mI2 C
a w� W Z a ¢ate F O
OQ< 0.I W W
W K� J VI�K
O > U
0.Q X w 4 O M W
Fo a >
=
* W * Z K
a a
a
J
W
0 O w
F
U U F
<W Lj
C mZ W W
a O
a
•. 00
J Q W
UJ
' ^ ^ wof a
U w J 0
F O
D F
Z
a U W
� J O
L d
U Ui
w �
m
a � Z_ of
z U U
N - Z a
n O
U Z F
F T a
lnaiiv5 Z
W X d
w w w Q
U F
O w
Z O
Z
W
2
Wm
V N
J 1=f
a c)
W�
�W
W
F— rim
F—
= X
0 W
00
ZZ
as
m
V
U Y
J
m0
a3
EDG
EDGE OF PAVER
SHOULDEF
0.02 FT
12- I SHOULDER WIDTH
{MIN) W (VARIES) ;I
z o,
MINI
j
xl wl O
7 W1
U W OI
W,
R. O
In w of 1 0.02-0.05 FT /FTwI
SECTION A -A
NOTES:
1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE
APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY
AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL/INDUSTRIAL
DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED
MID -WIDTH SEE KCRS SEC. 3.04.
2 PIPE SHALL BE:
A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND
B. MIN. 12" DIAMETER, AND
C. EOUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN
500' UPSTREAM, AND
D BEDDING SHALL BE 5/8• MINUS CSTC
3 EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE
FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE.
PROJECTING HEADWALLS ARE NOT ACCEPTABLE
4 ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE
A MINIMUM OF 12" COVER.
5 PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT
A MIN. 0.5X SLOPE (0 5 FT PER 100 FT.) WITH THE
DOWNSTREAM END LOWER THAN THE UPSTREAM END
6'-0"
(TMP, )
f w
W �
2
J Q
= 3
I
H
I
� G
1 n� _n.05 cnraC. GRADE
� �3:1 �1:/ • • r
nu,,,PWSV wirwT
AIN.
VAX.
STR.
3-LANE.
2-LANE
6 PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND
DRIVEWAY DOES NOT BLOCK NATURAL FLOW.
7 DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER,
BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE
ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION.
8 PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT-OF-WAY
WITH 3" (MIN) A.C., BUT NOT P.C.C.
9. GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH
BETWEEN THE EDGE OF PAVEMENT AND RIGHT-OF-WAY WITH 3"
(MIN) A.C. ONLY WITH DIMENSIONS L=W.
10. SINGLE-FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40
FT OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE
SIDEWALK OR PUBLIC RIGHT-OF-WAY, WHICHEVER IS GREATER.
11. SEE SEC. 3.213
REV: MARCH
��1O° PUBLIC SHOULDER & DITCH DWG. NO.
F�q.dasTa0 Way WORKS SECTION DRIVEWAY 3-5
gi
, \ ct
\ LL
z § 0§\3;
!9
i 2§M))%
k } )� Eq,«
|§
z2 a3§
§§§( /
W� 28 oeE
�)\I §in
�;
kEn
W>w°
CAOO
CD;}/
§{\7§\■
§L)t: ���}
§ §)W() 9&|f
ri
0. ,
/
� § ,
/ ) z® 41
|k k\!
/ LLJ >o `0|=B k\ -
, �j �§f� j W.
777 ,a
§ 2|e
� �.. / \ -§| _|\ : p§
° ° §§ § ! ■ �� $ Is
� ! �
� \
� z� \
) �
U)
W
J
�
U) Q
co 0
0 w
W W
� IL
� W
0
� J
L
00
W 2
Z Z
Q 0
�
Q
W
J
�
§§
}2
G
N
7
W 0 CD
-J Q W LL J IJ 0= p Z Z
Qua
U) Q j J wQ J U CO U
U) J Q~ Q Zp � Zp�
UIIJU Q Jw � Uw Q UwQ
Qg�z z (IfO� Z0 dm m UW U�o N
LL) 0 F-a om zQ w ,,,� wLL
F-- C) U 0 p� p J 00 a O a- 0 'L'
QQLiJW W Wp W(n Wa J }'� W N
=mm cn F-Z N Nm J ~ Z~ Z F- w
Z~ o Q Q Z Z Q Q E N O O d
Q!:>J F-- 00 W (nz U) OEU Q JmU a- F-
Jcr w z Of w �.
Z_=U)(n p WW JQ mF-p g Q �_ Q �'
d~ Z mE J� WF-W � p� 0 -03QLLJ Q'
F o Z F- 0 J� N J U m g N Li NIJ Q J
U) 2 Q Q Z J UA W p = = Q
w of p w F- p w F- U Z
aWW(i za Nw �O wOf cii cwn� vwi�� �_
H o��o �� (nw a_ a- F-- F- "-' Ofw O �wO p W
� — N (n I
0 HUN= F- mm NQ wZm ZZ Q wZd Wed O 0
J (.D(nWW Q �(n �IJ w J wC'(� U M Wp Q WpQ Q I
Of oJgN J ag Qv F- ��_�_ `` LL �V)z ��z w m
W m Z � W U
Q Q z F- W U U W e
(� �mF- Q Nm �t .4 Q LnU1(n (n (D r- L¢i 00 Lai J VV
CLLJ LLJ
D
m
z
z
z
U Y
J �
in O
a3
0
W
U
's
~
m
Z
J
L
z
J
W
W
z
<
l�
J
OJ O
-
~lam
J (D
Z
O W
J
OF N
wZ�
>-W
W
OJo
F-
O
�Z
JO
WZ z
W
;I- U)
J
�z
w
O
caw
_
- W
O
N U)J
't U) d
J
F-
Z
v
-
U
O
Ln
w
-
e
U
Z
N
O
W
0
w '
B B
J
z
—
e
d
\A
J
a_
Z
J
Cif
D
�-'
�.
J
O (n
\\\
�
CO
N
CL w
z-
�
�
d
Of
a-
J
J
U)
r
i N
W
J
a
J
Of
eCh }
N
e
a_
a
_
LLJ
d r
�_
W
N
O
e
Of
Of
d
O
~
w
a_
m
—
�
U
U
U
Cif
..
af
w
^��
to
O
w
_
O
J
L
O
Z
w
w
Z
w O
W �
F- O
Z
O
Z
J
w
Z�
O
Z
z F
JN U
w
=z
F-
U
W
O
WF-
~O
= Z
W
�O
= Z
0
UT
W Of
�0 p
z
W
LLJ
(/l
Of
p
U
LLI
c
W
U)�
w
- w
w
Of
W
00N
o�(A
N
+r]
Ln
0' CO
J
LLJ
~
N O
J
[
Nzz
-} z
Q. W
W
❑
�
..
W
(
00 �
z
Q�
LLJ
%n
a_
LLJ
N
LLJ
N O
W
LJ
—�
O
Q
Z
Z
�N
Q
W
N
J
_
}
Li
w W
W
0
—
N
J
W Lij cn
Cl-W
Cl-
O
Of
Ll
Lj
Ui
Q
0
O
z 00
6
� M
0
U YJ
07 0
a3
a1
not
I/i
® c L
U L
O z
®
a) ) J
m Z
`c
O ® C
O L~L
EN ® Q m N L1J
3 Q O
a) C3a) ® ® � LL Q O N O U �Qj
U C) O L N C
C O I
sE 0
' 0 i C O- } C
a 'u O T
�° 200 0
0 °—T a� 0 3 Z
U a.Sc3 LU
c
rC) ``c o
N O O U
m
Q
T
~ C
O O
C O
U N
a) m
O) C O C O C
0 a O O
L E C LU�
C L w N +
Ol O U w _ O ,
t OWN 00 NtL +
U C O
�- o Qo Q-3
o�LQ��3+
aa�—C-003
ao3 03 0�—
u u u u u
3
o a
a
GUOI ®' ®>4
o E�e���ddy auiL�ndad
0 U
O7
d 30 Q
W U
V- Q T
a) }
S snulw Il
Tac 2a
w
snUi�
aD
O U Li
a
Lu
LU
Q
UQ0E 0N 019 su �
E�~Io
p U O CL r }
0 (V
O O Q
m
I.b
Y
CQ
LG
r
Z
W
2
W
Q
a
W
U)
a
U N
J Id
m O�
O
a3
0
z
a
d
a) E
C 0
N
C
N 7
U U
0
N
I
d
f
o`f
f
z
c�ri
J
J
Q
Q
Z
_
O
W
Q
^
a
E T
Go
0
v~i o
0
co
o
s7
�
U
W
O N
N
Elf
3
W g
a
o
,01
J
cn a
a
Q
Z
z
(n
C T
C
Q Z
L
J
No
U U
(D-a
V)
Z F
Q N
0
0
I
d
V)
Q
N O
c��
O
N~
v o
O
Q
z
Q
ina
U
N 3
3
a
M W
W
Q
N
W
W
N
0�
~O
J (n
Q
in
I
Z
N
J
-J
F
3
N O
m
N
W
N
W
N
N N
N
N W
J
3
J
J
N
W
m
N
W -i
C7
I
VJ
W
Z
r >
Y
J
W
O
Z
CL
J
�
O O
cr O
Q
}
N
J
Q
f"
W
d
W
H
CL
Z
LLJ
V
J
�
LLJ
L� Q
Q =
❑
Z
W
L.
Lal
N
Q
Y
w
F-
2
m
0..
O
Z r
Cj N
CM
2
U Y
J 0:m0
a3
SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL"
EXISTING ACP LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH)
EDGE OF TRENCH OR MATCH EXISTING
(3' MIN. WIDTH) WHICHEVER IS GREATER
NATIVE SUBBASE
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
ACP TRENCH
RESTORATION
EXISTING BASE
5/8" MINUS BACKFILL
FOR TRENCH 1.2
PAVEMENT RESTORATION MATCH EXISTING DEPTH
LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO
EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER
IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05
REPLACE TO JOINT
3' MIN. WIDTH 15' MIN
25' MIN r EXISTING BASE
0.5' BAR
NATIVE SUBBASE LENGTH
PCCP TRENCH
RESTORATION FOR MINUS BACKFILL
FOR TRENCH 1.2
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BARFN_
25' MIN J
NATIVE SUBBASE -
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
!� e
MATCH EXISTING ACP
COMPACTED DEPTH
WITH HMA Y2", PG 64,-22
MATCH EXISTING DEPTH
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
WSDOT STANDARD 5-05
15' MIN
4 +T
EXISTING BASE
r'T�y iyiar:yr,'r r_r_�LENGTH
5/8" MINUS BACKFILL
ACIP OVER O. TRENCH 1.2
TRENCH RESTORATION
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL
BE MIN. 5/8" CSTC.
JULY 2014
=Q PUBLIC TRENCH RESTORATION DWG. NO.
C�'\\ FardI_�MWORKS 3-28
I
I �
I I
II
c
Z
II
1I
0
J
W
_
N
1 I
J
w Ua
I
W
E
I
MU
I
zo
II
'N
1
I
O {O
E
a
II
a.
in
in
11
m
a
o
II
z
U�
Z
in
(J
in
U?
o
I
W
W
�
I
mo
I
�>
II
IW
I
N
J
Q m
Q'
J
Li
J
I
} T O WC.,
I
I
Y
Q
Wr�W=
mw
ZW
m
O O U
I
r
2 0
O w
O
2
U
Z w
w -(Z
I I
r
m�
J
z g
_
Z W
u
3
zZ
w uj
w W
Z w
Q Z
I
:'
Q
Q
r In
r
o f
E
o� :Sx
i�J r
L%N17iQm
x
n
I
I
/ I
Wu J
W (n Q
O U
U
�
�
Or
=N
J
tt
o O
IA
OLU U
W
_
U
2
`r
to U
D I.i w
o�N
L 3 0
C7
I
m Q
J
J I
ap Q
V
..
^ QLU =�
-0z
I I
r
I
a
��
rwWY
V
6
I
.r}..
_�W
QU U
Q
r
y
I I
r
J O
LU
f2
.:.
I I
¢
a
¢ ¢
V)
O
I
Z
Z W
\
O
U U
U
Z
I
Ln U)
ui W O w
p W
Q
I
w X
w
�Qo
� a >
Lu
m
.. ..
r
aw
W¢
o
I
G�
r�
�Nna
a
I
LA a
O
a
II
I
If
II
wWo
r
s
I
II
If
I I
II
I
a
I
I I
uwi
oQ
z co
N
p M
`)
F—
r
J =
J �
W
WF-
Q
O/^
Q 0
Z LU
Q P
OZ
W
O r
Nw 0
LL U)
2�
V N
ZlO.fi
LU
W
r
Y
<
z
Z
W
a
o
81
Lu
06 �9
O j
' .8
a
LJ � Ir
9-.S
I
•9
_ZI
.i
z
a
ox
N W
OO
W yO
I
•
•;
L O
ti
n
aveaa s .ar+
Lj
3 m a
z
_
I M
a
'
OW=Ma
=F3�La
UOwt=/I
Q z
�O��m
¢ LZJ ¢
O
WZ
OOW
LU r
LCT
j
Q
OZC)
O W Z
W
Z
Of
Of O O p W
F d' N
2 O U
z0 00 O
QO
U
ZZ
W
H
¢ U W O
WNm Lj
UQ2
zM zo a a s
O
U�
Q
O Jam¢
cl
�ul ¢ a ut G
v
cYi
r
wd2z2
mir
m d' J r 2 yj VI W
} JQ
z
O
V7 W H
Ir U J !- UI UI Ul Q U }
Ovj m<o rmmm
a
w
U
O
Z W UI VI
N W
WO Ul�z =JJJ Wmm m �n
o
FW
J
JNZZZ
QWWOW
m Z Q W go 0 0 O
� O U L., J�
�s 3 a ¢ z
3
�a
u
I m 2
U
�Ulz}ZZ
Q cWl�
SO
>�0~
as
I
C
¢
V) = H
Owm�<
N
�WM3�0
ir 0 X J W a W W J
(� Q a W WM.
z �a LLj
OQOO is w Ul 2
I
III
O U W C C Q O
zQ OZ LjOm
U¢z
QaooLrW aUVf Q� ZO w o
�JW¢UUI
Ua UW Um a a0 U W U
J d
F J L, O
Z < ¢ O
(A313aON0D
Z
W m Vl O 0
UIW�}00
5 ¢p a
m U w
Q O U
H Q
In WHZX
WX N¢ W Q
'
�d
J
h
-
KIN _9-.Z
1 � �11L
�
a
IIIj
L
'
1 Lt LI II 11
1
m
v
ti'
sA
W
W W
WQ
UQ
iW
�
Z
Qcr
uj
w2 .$ •
�=w
K
f-
2U .• •
Y '• ZO•O
U
DO
Z-W
L 4
I
UZ
z
2/1
cn
�3
N
N
d'
Q
a
rc
J V! W
ou ¢ V)Q Or z
x O xF JW W
Zo 2 <= 3 a:wrw ;U M
Gam O O OZMU Ow CL
xJOZ x r �mOJ
W
w Z crCIAL>
fW=
~ JwJ QVI J��
r O O QVI 2U d' N <L
Q O WWQ V)UZ �VI rYQ
• Z U a ZOirx� t/16 tn0 zOp
_ 5x r= �Qmw- Z W w
Or m 5 u?WmV, �'^� �< U V 00 Or
•. J U Ncr JWw Z<I i> Q J LL,
YQ Q w wFQ:Jm O� J 3mxna
Ur Ln m mcnx0� Umw, ww I � M
X Z �� ¢ Jwa=o �rw Oz OwFCL �I¢
w oa x �o�r a o rx-Jo
Olz
tnw ut cnwF4� ozo Fo xr3aw
' f Q< H JHrl O a Q w 0 w w : a x V) Z U d' Q L 0 J
Mn U =p Vw10a �Or Za rV)Zvm
'wQ Z wJOr w0� O Q�w�F
xcr o xwooz xM- ow 3 �w�
�M U �MJmO IV13 U¢1 QK) C)W
?, w OZQW r
r N Ili v Lei Iro0oVw
z O i
1\ `•ti r d'
o Z W Wcou
M O N J i Q
a -earl ,e-,Z r ¢ r
V _i+ LLJ Q_ Z F-
M. O Lu
w'AjN
r z CDVIr zr
\ p J z p Z
r QI m � La
z Z r
La
' z I a'�Q
n : � zLL, D
z?�III Q J V7
a� rn avB3N BN' • . .. z p\ z w Cl Q
5 Z
_• � Q M ? pw p Z)
`• r JW 0U)
'. w W Q Q li p
r C� M.M VjOZO
.Z%l 6 t=/!ww OCk:
O
m 5 Z U w w
J r O
V 1 W r Z a U
Z X
WXU1Q W Q
C >z
c
• J�l
o'ernI-
�
V� m
OZ
� rJ
W m I r'7 N f� U
Ii ,Iti .�I to ❑ o Z
= T7
O (n Q ¢ N >
J
o g i'� m Q U � m
w
/ Z � oo
NCa `> 1
aa�
0
FF_so
I_O0 0
W ng
W z w F
i oQ o
z
W
¢
U Y
J K
mQ
=a3
CITY OF FEDERAL WAY MONUMENT RECORD
MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF):
DATE SET.
ELEVATION: DATUM
(FT) (M)
ESTABLISHED BY (NAME),
(COMPANY):
LEVEL LOOP:
PRECISION OF SURVEY
ORDER.
CLASS.
LOCATION:
— [
SECTION
TOWNSHIP
NORTH
RANGE EAST, W.M.
LOCATION DESCRIPTION;
SKETCH (INCLUDE ANY REFERENCE TIES):
NOTES:
PLS SEAL
JULY 2014
�"ir" PUBLIC MONUMENT RECORD DWG. NO.
[RE"' May WORKS 3-37
__ o a
0
aW
o�
U
iA
=U
Fi 0J
N
W
F�" 0
•iI
0�
r LL
u
c 0
p Q
p Q
p Q
my
p Q
0-0
O O
rncn
rnLn
'DLn
�oLn
LLnV)
bC!
(,bO
NO
NO
�O
Q
¢
Q n
Q n
LL
c
�Z
tea•
�Z
a
�z
•�
=n
2oC
2�
2 ce
2�
W O
Q~
¢
Q~
Q~
a IN-
J
E i7
O .10
C
m
J �
c
E
rya,
a
a
�
CL
a-
t;
G
E 7 .O
d
En
ffn
En
M
O
O
MIX
J
EIPT N
O
'a c0
C;i
c+•i
it
cr
CD
c
CMS C
�10
i 10
a
M
M
%D
Ln
v
y C
.4
,�
O
O
O
.O
a O
f U.
01
a o+
E0
J m
rn
m
�
kD
Ln
3
I
M
a3
lD
vi
vi
vi
vi
ov'
0
m
�j
L
a
1°.
V
¢
¢
C
`
C
u
a
8 a;
w N
Ln
u rn.2�.
c
L L t V
O �p
c c N
c o - 0
a
•-: cn Uj
OZO f(a 'C
m C L E 4-1
o E
yr a C -0
a) E Cl C
N W r6
Y Q N la
� C
Co m � 'N
o y -ow
a�
—62L,
� Ln- >a` C1
L- 2.Q
fa a) fa •c M la
n. E - a) c y u
E u a v '� a)
�0�vca
o MaM�2�(a
u o 0 a) ,a v m Ln
v c to
m°'�sm(Aga)
`) Z J
E '-' u u -0
`0uC <ra
yVE�r1E>c
to M U M kt�O 0 L49
n
vc�Za49Z,
' :E O
0 f0�a,�0 C� E
J , am O �O
o v o� E v o
0 0 c U —
U � _ 4� 0 fa
Q N L Y a) C Lvl
V1 � ja � c t!
O cn 3
.
W c o N
�EcCqtawl �a
Ln Enb b
�o ra
V) C Ln 'U 0 O
E vcl
c� c� o
o a) - +�
a) o
uvEra�i',�
io
-iV)-1 2<
+--i N M d' u1 %.D
ao co
M —
M N
O�
Z U
a)
�)
a)
c
0 0
v :5
o =
c�
z
w
J
4Y2" O.D. ALUM. TUBE HAPCO 41 SERIES AND
188" WALL ALLOY VALMONT RTA POLES
6063-T6 SATIN MEET THIS STANDARD.
GROUND FINISH
MIN. 2. ,4Q.
�8
4Y2" O.D
5 2" N.P.S.
SLIPFITTER
I �
(2)- 1/2" 13 N.0
' STAINLESS STEEL
00
rTHRU-BOLTS,
- -' NUTS, AND NYLON
—02" O.D WASHERS.
063-T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8"
TO 4Y2", 0.219" WALL THICKNESS
SATIN BRUSHED FINISH
NOTES :
1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE
SIZE OF 1.5 SO. FT. E.P.A. AND 60 LBS. IN A 90 MPH
ISOTACH / 120 MPH GUST VELOCITY WIND.
2. 4043 FILLER WIRE USED FOR WELDING.
3. ONLY THE BASE FLANGE WELDS ARE HEAT -TREATED.
4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12"
BOLT CIRCLE.
5. (4) 1 "- 8 NC STEEL ANCHOR BOLTS ASTM 2"— KBOLT
Y2" DIA.
A 576, AISI GRADE 7 021-1046, 50,000 CIRCLE
PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 f .011", OUT OF ROUND
TOLERANCE : t 0.012" ROLLED OR CUT
THREADS PER A307, CLASS 2A, TOP 10" GALVANIZED PER ASTM A153, COMPLETE #4 HOOP REBAR 8 - #7 REBAR AND
WITH (8) 1 " 8NC GALVANIZED STEEL HEX
' NUTS & (8) 1 GALVANIZED STEEL FLAT 1'-0" CENTERS
WASHERS.
6. CITY MAY ACCEPT OTHER BEND RADII AND �1 Y2
DAVIT ARM MOUNTING ANGLES.
HANDHOLE (4" X 6" NOMINAL)
NON -FLUSH TYPE, COMPLETE
qM_
WITH REINFORCING FRAME ALLOY It356-T6, COVER AND S.S.HEX HD. SCREWS
-1 1 Ya"
13 NC S.S.
BOLT W/ S.S.
SPLIT WASHER
AND S.S. FLAT
WASHER
SECTION THRU HANDHOLE
2" SCH. 40
PVC CONDUIT
I
-4
I
— 1
r5Y4"
4"
CLASS 5 (1Y2) PORTLAND CEMENT -
CONCRETE (3000 psi ). 3'x 3' SQUARE
OR 3' DIAMETER BASE.
I
Rev. NOV 2014
�'"w PUBLIC DWG. NO.
WORKS LUMINAIRE POLE 3-39
LUMINAIRE BASE LOCATION DETAIL
IN 6' PLANTER STRIP BEHIND SIDEWALK
6' SIDEWALK PLANTER- {
PLAN
UNLESS SPECIFIED, BASE
FOUNDATION CAN BE EITHER
3' DIAMETER OR 3' SQUARE. pk
CONCRETE PAD NOT SHOWN FOR
CLARITY SEE DETAILS, BELOW ok
WI
Yk
a
mk
I
TOP OF PAD TO BE
WITH 5
2OUT UI
BASE
SECTION
SECTION
LUMINAIRE BASE AND J—BOX CONCRETE PAD ENCASEMENT DETAIL
FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP
(STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK)
12" MIN
STREET LIGHT
POLE BASE
CONCRETE PAD
FUtL DEPTH
W
FINISH PE4,-BOX
EXPANSION JOINT
„
Lli
DETAIL 3-3
F—
,o
12' MIN
QLQ��\Q
.�J
Q
6" MIN,
m
i'
U
DEC 2014
�1°a PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO.
��O /mil �J WORKS AND CONCRETE PAD AROUND 3-39A
J-BOXES AND POLE BASES
XXXX = SERVICE CABINET LOCATION
x
NUMBER BASED UPON A CITY DEFINED
COORDINATE SYSTEM
x
x
YY = THE SERVICE NUMBER, WITH
MOST LOCATIONS ONLY HAVING ONE
x
SERVICE CABINET, THUS NUMBER 1
'
AAZZ = CIRCUIT DESIGNATION NUMBER
y
EXAMPLE IS STREET LIGHT CIRCUIT 10
= SL10
Y
BB = POLE NUMBER WITHIN CIRCUIT
A
LEADING ZEROS SHALL BE OMITTED
A
ALL NUMBERS/LETTERS SHALL BE TWO
Z
(2) INCHES HIGH WITH TWO (2) INCH
Z
VERTICAL SPACING
'
ALL NUMBERS/LETTERS SHALL BE
B
PAINTED BLACK ON THE POLE FACE
NEAREST THE STREET. PAINT SHALL BE
+�
B
2 BLACK ALKYD GLOSS CONFORMING TO
FEDERAL SPECIFICATION TT—E-489.
6"
111 /
-1
FEB 2011
cw1O@ PUBLIC LUMINAIRE POLE NUMBERING DWG. NO.
o p VWw WORKS 3-39B
a
W Q
0 W zcr
O t= j
o W m
O
U I
w
W H
LLJQ Q
\\\
J —
V)
V) W O LLJ I
p z
0
W
U
I
2 0
2 U
Z
Z
W
]ZJIVNIwm
;
UU
U
��
Q Z
O
U
W
O
w
of
I
��
Q
LLJU
I
fJNd
Q W
N
n
�f
D p
J
Q
LLJ
rK
\ I
Z W \ I
Z W
J
U
U
OD
W
LJO
JL�
0�
cnZ W `
J02 J J `\
C'C�
Q
LLJ
as
aL:)i
0aaQ 0 a `,
n
m
w
LLJ I'
F--
UO- z
� Z) Q \.I
f
O
0
W
Q
LLJ 3:
Ld
z a
zn
z�i �
=�a� � �
''.�
CD
o
�Q
OW
�JI
..
z
O
QCf)
Ud
1
Z O 2N
J
z0
LjQ F- �o
IZ
LLJ
_<
~
d QO
Q w Q O
Qf 0
_>
N
\
ULLJ _
O W
\y 0 0 J J¢
U O U V) �� O D
O
F
LLJ z
��ozw0 LLJ
LLJ
ova)
00
COLLJj � ZU
zOZ
OQ
O
�
OW
OZZ>Op (/l DW
< cr
Q
U
LLJ
U
a_
0
of J
WOU)=> < o0
U
> LLJ
0- Of
z
Q
U p
OF- Ou-)_Of Q
OU)
J
Jz
Q a
m —�JO C�
�
w
Q
2N
LLJ
J
O=
J �
LLJLj
LLJZ
= 0
-
V)
O
OQ3Lnw
ccUQCS>m
V)
p0
O
N�
LLJ
Q
Q
W LLJQ
_
x D
_
i
F-
LLJ '
WWmZ
�Q��
O Z
X
WO F-
CLW Y
U
D
=
U
z0
�ONOdLLJ
�
00 LLJ
LLi
�
Wm V)0
O� ZmJU Vl
U> U
0
3: z
m W
L O Q I V) W Y
F 0 J
LLJ
O
OQ <>
�W
0
p
Q X W
O
F- W� Cr
d
J
Z
—
W
=
V1 O COm pp
C' JZ O=aU�
J Q J
�Q X
H
W
OV)
Q
J J Z
QJ—W c)
W. O
O
W
W
V)
D
m
LLJ W
H
��0
mZ
(=/)m�'mQz�~
m ^ SH �U)
W
0d
�
m
O
H
Om
z Q
LLJC)
C) 0 L Li
U
U�
>
m
N U
Q�
OQO-
mU) Oyu
�W
J�
—U
0-
OF-
Q O
m
F- Oz-1
Z
X
F-
a-Q
Z
O 0 w w Q O p
LLJ
m
W
Vo
D0
UAW`'-�Nw
m V)
J
I
Xz
z >
LLJO LLJ
J
LLJ
LLJLLJD
LLJQ
Q
F— Ki 0
m
O
N
z
II
Z
ZO
d
3.1 M
0
W 0
� LLj
m O
U U
W (n O Q 3 , �� �W Q U cn
J Ua0 �0 OU I IZ LL�I
m0W ' p �Z^ 0 Z W
Of
0 VU IYZr)z O Z
_ZLLI �Z N W� g W =U U
m 1 0 > OW(v F0 W p
QM� N11 o-IW Lei o QZ ~ 0
w U U Q 2 W �0 = U
0 O
af UpLLI � ��000 U 0OW 11 Q
0 ] (n CIO 00 LLI
0 of LLJ O N Z W W H F-
Q cn cn U F- O j (IfQ U
m' Q I 0 ofQ U)Cn J
E 2 (f) 0 0 C' 0 W
Ch
O
QLLJ
O UO �Q 3 Z
U U)U C' 0
on a 'L9 OJ Z U)0 OU Q Z
_ W O
LLJ
00 ~ > N ~Q
of H — U
0 W N � O0 ? � LL-
O �OQ Zw Z �LJ
Q O
I:C� �� W
Wwoa U 0 X UIY 0(n
tY 0 0 L�
�ui
mOn I Z 0 m �� m O
Z Z — I Q
Nu<Wo n 0`�Q / ow z U o
V 0 (n d Z_ z J J Q
- 1 O O I -Of D Q = fn
z� --ZZ �W Z (A
f JO�ZD (n W (A0
E JZ?i 0 0 �' 00
E Q 0 W CE N 00 W O (A
F- C7 H 3
E �OLLJ< W =
�v z(5Q-c) i U Q WLLJ
=
? E J N �F-
E IY D 2 U W
>
W O F- J (n Z 0
11 W Y Q 0 Q N
0 J OULLI U W m(A 000 W 0 r W Z
I ��WJ= Q' I � OJ�
J H
0-0 Q Z_m 0 = L`I QU
W W 00 3YF-WZ -iw0t1 (n LL,> 0 Z � W
F- Z t 0E- L, J Q S Q D_ J = W 0
COS 0 1� 0 0 0 O~ F- W Q X a V) m H W
U Z L� a a- W m O J
JZ WU0_~OF- F-0 a- m W O Zm
!I m =�~(nmN<NW t1 L`' (n > 0 VJ
0' (n 3 `� W (n (O a- 0 M 0 J Q 0_
m 11
U X�N�mf-W�-i JU O z 0 WQ
mNWC) z I OZ> W m U0
F-0W0 IZ�LLI J wQ
ZO f'lE-(n JU0 W U)
OO—Z W(/)W(n m H
U 3 O O W
~�wa x �Y o � N
Z )-Jmm>WIY II Z
0
�F-.~_.CQ Ma_3
0
Zqr,
o
� M
C
Q
W
13
`V
LIJ
U)
W
U)
U)
O
a
CZ
G
J
J
U Y
J �
m0
a3
i
a
COMPONENT SCHEDULE
OMETERBASE: 100 AMP, 4 JAW, B-LINE U264 BY-PASS TYPE, 5TH JAW AT 9:00 POSITION
THE CONTRACTOR SHALL VERIFY THE SERVING UTILITY'S REQUIREMENTS PRIOR TO FABRICATION
AND INSTALLATION OF THE SERVICE EQUIPMENT
0 PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS
EATON BAB BOLT -ON BREAKERS:
1-100/2 MAIN
`x 3-15/2 ILLUMINATION BRANCH
1-50/1 SIGNAL BRANCH
1-20/1 GROUND FAULT RECEPTACLE BRANCH
a 1-15/1 CONTROL CKT BRANCH
2"
B� 4•
t�24"
UL USTED PER STANDARD /508A
SUITABLE FOR USE AS SERVICE ENTERANCE EQUIPMENT
MEETS EUSERC/PSE SPEC
TOP OF CABINET
82" MAX
F
16"-20"
PEDESTAL HEIGHT
MAY VARY SO AS %7
NOT TO EXCEED
MAX CABINET
HEIGHT AND ENSURE 6
PROPER METER
HEIGHT BETWEEN
48" AND 72" (OR
CURRENT UTILITY'S
STANDARDS.
CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3-REQUIRED
O4
///0/
TERMINAL BLOCK TO REMOTE CELL
PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC
GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A
0
O
THE METER DOOR IS REMOVABLE AND SHALL BE HINGED ON THE RIGHT SIDE
2•
CABINET: NEMA 3R, PADMOUNT, 1/81H INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32
2 SCREENED AND GASKETED VENTS
DOORS: HEAVY DUTY WELDED HINGES (LIFT OFF TYPE), OPENS TO THE RIGHT
IV
STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR
POLISHED WIRE GLASS WINDOW IN METER DOOR
CLOSED CELL NEOPRENE GASKET, CARD HOLDER
�I
FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2' MIN
-SEE NOTE 5
ANCHOR BOLTS PER
tYS00T STANDARD PLAN
J-10.10, NOTE 4
SHIU TO PLUMB
#4 HOOPS
p_ BAR EACH CORNER
3/8" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
71" - 2", SEE NOTE 2
IVIJ
6"
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
24"
L I14 Hl Cos
14 BAR EACH
CORNER
6"
I LOCATE CONDUITS
CENTRALLY IN FOUNDATION
2" UNDERGROUND SERVICE ENTRANCE
CONOUIT TO BE LOCATED IN CORNER
(V,'ITHNV 4" X 4" SRAC--)
120/240 VAC
1' 3W
ME
TER PHOTO
R ELECTRIC
CELL
MAW
CONTPOL
TEST
SIGNAL • SNITCH
LTG GEt0i111P
FAULT
RECEPTACLE
—ZSEE DETAIL 3-41 FOR
GROUNDING REQUIREMENTS
WIRING DIAGRAM
NOTES
1 PAD MOUNT SHALL BE CL 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS
2 WHERE PAD MOUNT IS LOCATED IN OR ADJACENT TO SIDEWALK, TOP OF BASE PAD SHALL BE FLUSH WITH
TOP OF SIDEWALK, AND OMIT CHAMFER WHERE PAD AND SIDEWALK MEET
3 PAD MOUNT IS TYPICAL. CONTRACTOR SHALL USE CABINET MFR'S SPEC'S TO ASSURE PROPER FIT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT CONTRACTOR SHALL SUBMIT FOR APPROVAL A
PROPOSED DESIGN, WITH PLAN, ELEVATION, AND RELEVANT SECTION VIEWS
4 CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO PAD MOUNT ANCHOR
INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED h%8"x2".
5 PLACE SILICONE SEAL BETWEEN THE CABINET AND CABINET FOUNDATION.
6 ORIENT FACE OF CABINET DOORS PER PLAN.
7 CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING SERVICE CONNECTION.
8. CONTRACTOR SHALL OBTAIN AN ELECTRICAL PERMIT FROM THE CITY BUILDING DEPARTMENT
9. WHEN SIGNAL CABINET, SERVICE CABINET, AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO
EACH OTHER, REFER TO CITY DETAIL 3-45C FOR FOUNDATION DETAIL. METER DOOR MUST OPEN 180
DEGREES.
10. PUGET SOUND ENERGY (PSE) OR OTHER FRANCHISE UTILITY POWER PROVIDER'S STANDARDS MAY CHANGE
PERIODICALLY IT IS THE CONTRACTORS RESPONSIBILITY TO ENSURE THE CABINET MEETS THOSE STANDARDS
Rev MAR 2017
��OUT OF PUBLIC STREET LIGHT SERVICE CABINET DWG. NO.
RIASMO My WORKS 3-45
a
12"
36"
S 320 St
156 Hole
7 3 Hole
78
+, ,rem
D3-1A 906 Copy — 6 Inch Highway Gothic Series B Silver Legend on a
Green Background
36"
SWCau •156 Hde
2L
16 3/8' HIP
ole
Drive l
D3-3 18x36 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend
on a Green Background
36"
14 .156 Hole
Ave 1. 2„
3/8' Hole
Private Read -T�
D3-3PVT 1206 Copy — Line 1 — 6 Inch Highway Gothic Series B
Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background
MATERIALS:
Aluminum:
1. Alloy — Mode from 6061—T6 aluminum alloy chemically conversion coated in accordance
with ASTM Designation B449-67 Class 2 (olodine).
2. Size — 9—inches by 36—inches outside minimum dimension. Lengths of 12 by 36 inches
may be used for named streets. Thickness shall be .100 inch.
3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end,
inch from the top and bottom. Two (2) holes punched 2-7/8 inches from the some end,
inch from the top and bottom.
4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags.
Message:
1. Background — Type III Green. See detail.
2. Legend — Silver.
3. Legend Size — See detail.
4. Pointer signs — Pointer signs shall follow the some specifications as the street name
signs, except the end opposite the attachment end shall have white 45 degree corner cuts to
indicate a direction in which the legend applies.
Rev. NOV 2014
G `\a"911 PUBLIC DWG. NO.
FEdGM0 may WORKS STREET NAME SIGNS 3-49
'j
9
W
G
0 Re
v
N o
0
U
L�
L�
Q
• CD
w
N
w
Z
O
• Q
U
m
Q
a � �
LLJ Z
H (7
O vn
Z O
LJ
W O
of
v CL
�D Li
0� a
Z
a �
W
W
c/1
z
O
U
Z
z
w
a
w
0
(/l
W_
Q:
oj CD
z
W
J
1 w
0
z
a
CF!
C7
� Q
Q
Q
Z Q Q Q O z
� � � O O [if � � o�
Q U = z w��� w z �!
cry _
� Q � w � o
� w z_ O cn O
N_ ~� � L.� m J Q m �
12w --�mO �
W�� W m W Q � N
������ =ate �w
m Q
� U
� a c~n
\ O
W �
� N �
Q ¢ w
Z W 0
W O N ��
O z
� �
~ �
iE QJ m W
� O N N� N� m�
Z � -O � � � � o c/') O
w � �
0
w —
� d1 � OO dJ � OO QJ �--� � � O � ~
N
U = N N�� O N O wo
O
N ~ o~o
O O � r�.�
� M
N
cn x
x x
O
Z
pM
V
O
2
1
,,Z^
,V
vI
CW
G
a
Z
W
WN
LL
U Y
J �
m 0
a3<4
O
Z
pM
V
O
2
1
,,Z^
,V
vI
CW
G
a
Z
W
WN
LL
U Y
J �
m 0
a3<4
INSTALLATION
Sign
1. A maximum of 5 street name signs or pointers shall
be located on one post. Longer posts will normally be
needed for more than three signs to maintain 8 feet
clearance from the ground line. A 1 /4 inch space
should be maintained between signs on the some
post.
2. Street name signs shall be located above pointers and
shall be installed parallel to the street which they name.
Avenue street name signs designating north —south streets
should normally be on top. Wedges shall be utilized if
necessary to install signs other than 90 degrees to each
other.
3. Signs shall be attached perpendicular to the posts with
four duplex eight —penny galvanized nails or approved sign
mounting brackets.
4. Street name shall be on both sides of one sign
5. See Drawing No. 3-51 for sign post details.
Rev. 3/2010
CRMW p/�p PUBLIC STREET SIGN INSTALLATION DWG. NO.
" 4 4 a O W WORKS 3-50
7/ 16" 0
1 HOLES (TYP.)
U
�-2i4 t
8" O
7 2Y�.'k
MIN.
3/4" 0
HOLES (TYP.)
0 �r—WELD (TYP.)
0
`'
Y4 T
I�-7" MIN.�I
O O
p O —SEE NOTE 1
SEE NOTE 2 O 0
O 0
O 0
0 O O
p
NOTES:
1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED
TO SIZE FROM LOW -CARBON 12 GAUGE, ASTM A653 GRADE 33.
2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33.
3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE.
4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS
TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET.
5) LOCATE BASE PLATE TO MAINTAIN A D A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH).
JAN
PUBLIC SURFACE MOUNT BASE PLATE AND DWG. NO.
can 40 WORKS RECEIVING POST ON SIDEWALK EWALK EL SIGN 3_52
CITY OF
V:N�&Federal Way Public Works Department
STREET SIGN
STANDARD SPECIFICATIONS
SIGN FACE MATERIALS
All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by
the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows:
Maximum Dimension Blank Thickness
Less than 30 inches 0.080 inches
Greater than 30 inches, less than 48 inches 0.100 inches
Greater than 48 inches 0.125 inches
All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install
permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall
be applied to sign blanks with pressure sensitive adhesives.
All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking
regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with
Section 9-28.8 of the Standard Specifications. This sheeting has a retro-reflection rating of 250
candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street
name (D-3) sign sheeting shall meet this specification.
All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum
retro-reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence
angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms.
Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with
Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70
candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing
(I Series), and motorist information signing (K Series).
The reflectivity standard of supplemental plates shall match that of the primary sign.
SIGN INVENTORY
City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the
permanent signing installation to inspect, inventory, and log all new and relocated signs.
OTHER SIGNS
Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to
signing.
ADIDMONAL OuESTIoNsIREDuEsTs SHALL BE DIREc-rFP TO:
Design —Traffic Engineer (253) 835-2740
Installation/Removal — Public Works Inspector (253) 835-2741
Sign Fabrication — King County Sign Shop (206) 296-8153
Street Addressing — Building Department (253) 835-2607
REV. November 2014
Page 1 of 1 Standard Detail No. 3-54
§
a
c §& _
Jug§&
M.oe-W
k
� �
<
}�3Rƒ&
§<®
e
E
)<
-u«bw
�k
D< o
eee§(Az
jk(
\)
°5)2/Lu
a«=crU)
)
/
�
3
ƒ
S
�
2
%
— �-
be
®z
2
ƒ
�
§
�
R
LLJ
z\m
�§
j
]
/
\§)
�I
Q
®
zz=
2/
goV
±CN
/
/
j\§
�}
-
0
i a:o
\w
®
� L,
E
/=w
\Q
Lj<�
J\
2
S
�§9
�V)
§
/
/zj
/(
z
<
zj
°
G
2§§ d
z F
®
_ § F {
¥ b
R
z
[
ui < _ °
LG
\
6
2
/
$
2
\e
\w7&
�§
f
§
§
o§8j
k
(
z
§
a§ a-
z O
c§
-
> /
= Q
u
e
_
/
� y
z
\
o
z
u-j -
w
ce
§\R
\ E
LO
<
LLJ�
u
k J3 o
< §
t
\
$ z ir
Cl) 2
o�
<
R
«yam
>-
Z.
®
a 2
\4
EN
<
2
/I<
oxU,
§/
3
2
\\-
<
0V)
/j?c
§/k)
\8
LLI
m
��k
o
itU ¥
Yz>
o
§
kaƒ
E
mFrbo
ool=
zg
Oz
OW
u
\
$§2
/�
/mƒ\
GMj}
§3
/
3
°=
G���
Ce
§eyo
(A
°
§
0oaf>
§ ]
eu
u
«uo�
/\
§3j
/\
/
G
z» 0 -z (A
V)
r
2
B Lf)
/Cf)
�
F-
Z
W
�
�
Cl)
D
�
�
Q
�
�
�
�
a
}z�
k
§
\\\
kEew
o}i)
0
j
_
\
o�§c
q
�
Oa
§
n ƒ�
_°
_2
«
ow.
L
}
(m
§Kgw
k
§ate§
§\
}�2
/
))a
#�`%
L) v)
R
j)
e
\
k
\A7
>§
w
=»es
kg
gm
(
�«
wm3z»g
��§e)
a
LU
§d«
a")!
»�kR&
E`S2
o\g)§
§°
CEO
b
k§§E�
a
*
gk\
RSmm(
/
«_�w�
@\
#*
§
&!g¢m
8
§)
»
cou
m,>/
- oz
�/
m
°)
-
z
�j
a
>
u (L`8
k
§a}
[0W z
Oz
F.
§)
clzW
f
k§
§\w
ww �-
±
/k�j
��
\m
/
jRIm�
E
t�
R
M§
^�
j.u)
(
�GLaa-
_e
/u
/k
�.
J/
°
!G§#»
j6
a/
'5_
<--
wmw<5
/
/)ƒ))
-z
$q
\/}},
0Lq
A-
o§
»ot2m
±.
��<)®
��
��
`\
\)
=
}\LnL
2ce
3}
)§
£9z
5`20_
r°
i/2Y�
0e
)\
§,
-
a�
]ƒ3
(/§\9
$)
-0BBo
})
�§
<z
\§
�k)uz
»<
j)
)%
{§
§z§kk
w<
}}
\\j
"mwo<
<u (n
<
wZL§
I o��
)2
c
w
,z
<
ok��z
Lo
§
j>
g
§ z
&
w
¥
a
a
K
k
,
§
S
)
!
&
----r--=
■�
\/
0.
,
I
=
�
\ §
~
2 �
§§
}2
r �
QZZ
Y
am
N
xp�
rZ5
3 p1±
oZ
�Wyr
O
0-
z
J
w
�
WQU
UI2/LL,
NJ
O z
O
OZO
pw;
U= I
mwJ
0=X=
lu
mjZ
VO
E.
wWn
Q
oa�
W�V(Nj
2
JtLZ
0
X2
Q�
<,`
QZ
>
Zz
OTO
3wmFx
U1
()QJ�VI
r
UI
mN
ZM mtnZ
Z
JQ
QjD
F
F3W�
?�
r�
N\
wr
r
d
=m
ZOF
tn�
m0w
0 w
�
3Q�Y
OW
W
3 �
U�
ZQO
M 0 rn
3
d
NU
O N Q
UZ�
w Lr
V
0
W Q U
22ZzV
Z
onV
p0
w W
dX
J� F O
Spy=�
W
O
Y r
W= H
p�p3
r p
r
0
La w
Q >
Ira
aU-,U
0
�OfO
0
�O WN
W
VQQ
Z J W 0 Z
02mNr
N_
N J
p
7 W
F
w0
W W _Z
QZ UI4O
H
Z
Q
V
Ow
Z m to
OU U T�
rQQ ?i N
Z W
J
d
LL V1 J O I�
Q Z J
W Q
J 3
J
J w
O z
J
O W
U' H¢ J m 2
W
0
Z O
O W
mO
=a
mar
WQNQF
Q Z_ =
WIn�
J
O
OW
NN
Q-Eri -` ,
U W=-
3
Q
Z
wU
N-
¢��
2�iW
J�WlY
u
V)pa03
om
mm
=Z
Q�w�
Lj
Lj
zw
r
aoQm...0
r(.�>nO
0
W
ZJY
WYQ04
UU
Q
y}
QQ
rF
pUi
l`p�nU
X
p
>
Z�Z
aZQ MI e
O
to Z
pU
��
Zwu,
Otn
z�r4z
U�
a�¢�
U> Qz
¢
Oo
Za
mH i_YW
rj
rF
d'0
aaZW Y
m�wNO
Z
Qr
r
W 0
Q'
lie
m¢O
N
'0�
W
r=O�WO
�Ys 9
Oa
Y
00
YY
aN
QD
r
Owcir
to
wQ
0.1
ON
2
UmZ
ZUOrO
z
mo
UUN>U'
10
U
UU
U 7Z 1
-,U
0
WZ
UUd
Qad�a
QU
dY Oam
YO
YY
I <
U3 W,§z
W,0
rim
w�
In
W
�' ..-
O
Z
N
•7
V
v7
IG
Ir
a0
01
O
O
2
O
2W
O�
U
yVj
2 N
U p U
N Q
IW/J
Z
< w
O73
rn O
✓j r�Qw ; 3
� w �
VI
(liiW �• ~ U
¢ a
n
c
\47
a
0
x
c
N
O
zN
64c� '
0
1 J
z
O
4i
U O
F
Zvi
=
.4,gr
O
o
to
m
¢=0
WWU~WO
Jwg3
n
-
mcj
x
UrnaWo
zZ
w ci�Z
��
3w�
wiv
w
g
U
o
�r
oJ�ma
wLj
mFpz
oa
a
U A W
��m�o
J
W
oN
w Z m
O U a
J O
W_ d
,n o
O Z
U
¢=U1
„�a ¢OU6
m
w
�Z 00
2, mN
JWNz
�w�Ow
}O
z ¢
to
Or
�x
J
WO,a1
7YEn
a Wo m-"
W
O rn
O(nQ
QUtn�-w
x om
SO
rn oo
�F=J 4'
QiN�a
Q awQ:
V704ut
wz�<
�~
¢�
O a
o O
O
F
¢wz
JQ
Jz0 ~
S.J7
JQO'Fa
xJmu Ula
W _ O
>a ¢
n
a
3zN
Q�Ozg
2 J
wy
~3w�W
JNZpw
..
OO"izO
o �
>o
a
'� S
Woa
lnio<Ww
zg
owmm3
=z o0
m�ao
ox�=
xg�
vi
w
O °0a
�U
pW �~
>
o�U
w
x2Z�w
T
NUSLim
cn ut
�a<
4Zw�
w w
v)
ui
WxQOW
Um
¢x
ZQJWVIO
w20
7n a
¢0 ow
VImW
a'Z
N�H
Z UI�
UI J W (n3
gJ
OS Z(n Ul
QJQm
NJU^ S U
(��u�Uw Z
JZU
QJQ
i W
0a3
rQoc�w
2 m
a=
,`N win
�3io���
o�z�a
o�m�
wa
rn o
zw
<�
,U,zw
wtnz�o
�zaw
zW
ai
=
Jo,
<^woo
`nay
2
g
J
"'o
aw,
mQF
r.
UI�m00
NW
JYY
OQOOOZ
,OSa
wwON1
��4xW02
> Z
3
�m2Qm
aU
=UOU�
N,z
�m"
U 3a
Q�
12�o
ax~O=
Op
OFr�mwn
��OwO
wig<U
ww3
xa
�O
v100
z=z
?rUZ
UU
WYo U
tn W O
�UmU3�
O�
zw~Si}
�ww
W
¢oQ
O N
mo
tnm
�Qd'
no aZ
o o z O
Mn
�V
a�;�Wz
cn 7JY
JowmWO
OJO
NUWxz
Qz mc=/la
w2m
Jz
a
io
w
O
o?oWw� ww
NoSu-Imw oaJ=acwi-
mao� r
aC7w
_Jw
ow w3
Ana an
=n
x rn
xinNLOO
a2z
�a
U� oz
cY> ,n.;,
w, -
cx�o�z3
)Z
d'W
Zvi
WO
o
Fmz
Q Q g
ZW
HO z
�<nZ-��
JJ
¢ JJ
t,.IOZJUC7 Of
Z-a Q2 Z GNmwm
�UOp
UQ W <li
JQ'
Qt/10
Z_7
UI ow
w I
cn
W
L)
QQ
dY�3wW
YO(nQOU
a
z
cv
ui
d
r
ao of
o
sass
s
�ssss
W p p p O p
Z.
-m`aoi.,i°
46—wl.
M'W
�xzzzz
00000
�Qr-r-r��
N
2
u W W W W W
�
h'D•KKK
�OaOpp
oaf
KCo
�2Z222
go
6 O
U
Ln
Ow
n
<
O ...IOA �
a
m U
�6pry
Fzo
w V
aa+
o
W W
oo
oI
a
j a
-
K 0 0 0 0 0
a rc
'zaz
N
.mo
�I7777((((yWWyqyA���I
y I
000
fl I i
�nmaoroir
n❑
-00
n
°00
33 7e3
ss55
o
Z�
�00000
~
N
,up
x
z
x
iisss
o0000
00
f_
6
i
,
N N
q
•
00
U
Q
00000
—
O
rNlpOn °1Di
o00
22222
W00000
f
•
n
z<
a�crc�
�WWWVW
xv" .pl
`o°
vg�aW
c7 ��
WQ'Q'¢KK
N00000
N1W _9
A
"'rc�
<oaVVan
mouuc=i c=i c=i
SS555
•
'
aU,W
NIA
�2Z22Z
g
Zizzzz
W"
66666
o
-__--az
]5 �I>
Z--
¢00000
¢
z
O � O
{
J
34
,ZL 1HO13H 'XVVI
0
N
J
VI
z
C:
¢g
z
U
pl
WO
}
mW
d
2
WW2
O F
o
N a
aaQ
0
k
ao�
r Z
w
0
W j
O
W U W
¢ m 0
Jo
N
(
K U
0'O
m
Q OU
w
a�w
�
a 1,3
Jr
a�=m
¢i
w
0
Oz
>
am¢
zW
ow
wO
�
�~3
m=QZa
�N
o
3W
Z
�Wm
m
L*�I
oz
�4mN
Ow
v
QUOU
�
nmz
w
-
I�
�Ow
=0 c7
`�o�J
�W
a
ry
o
m?J
gym¢
3
Zw-
Woo
�
y
OLO
rn-¢
WaU¢
"'
G0
o
¢_
OON
z
� �
tr_zO
mom,
}
s
tgio�
ZxZ
J�Ym
xN
N
WNV
F
aFm
�!
mWw
_ ¢
0S2¢ J
JUW
x
FNm
W
w0¢
0
uj
ZXT
1
L,
z¢a�
m<
N
d'OW
rw�
J
m}mW
ma
�N
<m
_J
ul
Qrn
mOi
¢Jww
\o
rnw
am
wO
w
m
J0-
¢
VI
D:w
m
wO
lid
xW0
VI~
E�
>
�mw
r O G=Q
0
w m J
(A J¢ O
Zr
U
a¢ W
3
N
p N m
W�
I. Z I
}W
ZW,
n¢xg
O
of
z
w
WmiL
u
K?
0�
mzJ
5oa
¢
¢�
wav
Axe~
O�
a
0
¢¢w
A
OON
zz
zj
o
awm
UK ww
xpo
m
<Zj
oU
(7Vx
��
O U,
�Un
a¢¢
ui
r a U z
¢axw
U¢wa
z
I0
5
>
¢x`m
0
5u
Z Z U
$Iw
0
0o
w
�
0
z
ri
a
vi
ui
r-:
o;
MR
i 1 6
+
_ -_-
-
z
s
z
s
0
.z
+w
a
MR tl
i
.9
.i l C.z
0-
I,
1 i
W a0
sl
'MR
„L/1 9r
Q
�rc� NIN ox s
who .JL fl
I
4
Z!
u¢ ip 1
�'J
$
_
11rcs s a
L
----
-7
N JU
1
u
�00
Y
W
W
Iz
S
9%,
OLL�
YY�
05
IM02i
g0Yu
B
/77
-
a
Ni� !V
--
u0.
. �
a
J
W
0
U)
Ma
W
V
V
N
a
'V
V /
U Y
J
m
a3
0
J
m
�
U
3
3
W
K
2
2
�Qn
m
I
m
C
V
Na=
m
U
S
U
a
O
U
a
I
I
I
I
I
I
Ico
w
U
I
l\
Q
I
o
LLJ
l
I
D
— J 1
�
_J
�
>
U
�
X
n
w
KQ�
1 W
1�
J
F
a
c'
a w
3
_
, =
_
_Z/l l
Vow
>
1 �-Z,'
a,
.e,1 f
—�
� U
W
i_ z
m
>
7
rl
i
O m w v
N
o
W
0
U
zz
z 1
O W
50
_
Z
Hv
n
Q
v
U
O < S
J=3
Q
Q
ry
x
n Z
i in
X
O K
z 0
a
o`
a
z
n
a o
zo
oOu
R z
9�
0
0�0
<
-
ago
w
0
a N
4�3
a
0
ti W
r N
C
w
�
�
J
zJ
W
<nOo
w
<
4
w
z
z
a
n
Z
_0
J
Z Q
CW
G
Z
111,���...,Q�
L
Z:)
V) v
Q �
m W
_a
V
a�
vw
_I
a 0
J
F- Q
`U_
r
W
U Y
J CX
m O
CL3
I
O
R
W
J d
W W
N
in W O
mOf
U �=
J N 0
W
� cai n K
N 0
u� m O
O z� U m
O z OD r0
a aLi a �a a
G t o a Q
0= jr ir
w w
o mF a o�
W W W W
z V O W }
U 1�/1 � ON
LiLi
N H
W m ir
f N N N
oa
a J 0a
rz ~nz 5 O
3- 3 O cr 3z
W U W W J H W O a
� O =
N
W
~ N 7 a
o
z =
og
�a
oz
x
N W
.9l 6 -Z .>
9l/6 a _Z/l l
`i
N 0000000
00000-�0 -
000000 w_
�2 O W
mz
00000000 �W WW zx
rcm n
�W
pm Ji Z
u
ui
a "
00000
0000 �� 1
000 -�
NI Jz �
u i
.sr
s/s
s r u
w
\W
O
J
�D
V
Z
`Q
i
U
W
J
V,
U Y
J
m O
Ca3
I/i
a
s
Y
J
7
I LZ
z
Z
_z
j sz
9
z
o
z
U
a
a
�
,z/t I
_
,4/£ F
I
u
Y
Ul
UZ
io
p
I
ZO
Li
Li
NL-4-4
t
Z
ZO
U
of
x
o
I 1
n
=
N�a
w
m
�
OM
U
i
a��p
zj2
J
UI 2
N
sm�
5 a N
onN
U
U O
m
a o =
JQ
y�aS
Q 0
UI w
N
Q w U
Z O
r
.ZZ
j j
O N
a
`m
ur v
Z
J
I
Z Z
=
t
------ ----
Z
O
¢ ; z
En
3
I0
w
w
r
u
U
LLJ
a
m
twir
_4/£ £z
w
41C
Z cli M
v
5
WE sz
v
N
N
n � s `
9f
x
ri
-tlf-I I I f —
x
3m
z
o
��n
L
a
In �a
o
Z
O
o
F=
a
=LLJ
e
9
ir--
1
II
ow
,L
I
zlr a
Z
.45^4
z
i
o
o�i r
a4o
o�
U
Mm
m�
a3
0
o
MUM A 33VJHAS
Hang �Np9 AYM�70a
y m
3 I
x m
m
c� p
x
C
a
A
K
Y
3
m
U
U
8
to
K
Z
4
a
Ili
s
a
4 �
T
�
z
a
y
v
3
V)
L,
I
w
1
m
I
O
? Q
r
I
I
c I
� Q
w
r
[\\
x
Uq Z
V.
O
I 1
I
v
U
z
2
I
W
Q
UI
o
u
O
�
m
r
U
r
r
z
Z
O
U
Z
LLJ
O
Q
•.
U
O
r
w
N
o
N
W
C
r
O
Z
w
w
W
F—
WZ
0_p
Q J
W J
Z
L M
W
W W
ZV
Nm J
1�
V
LLI
O
2
F—
U N
J Y
m w
aO
3
u
U
Ld
m
w
W
LY
w
a z
a m N
W
H
F tnN
(L
Q
Lai
BYO
Q
3>
zuj
Ja Lnc1l ¢
z
<aWZ
Ww
W3 z
me
a
0
W
az
W w
O7 w LY
pm
Q WO
O Z
Y'tLI) w
Z
O O N
UJ
w y
UOa w
O M U U
WO
"
H
w Z
Zm
w O
�H
LY Ln U
Z
Y>
3�aJ Ln
0O
�0 Ln�
U O
OJa
=_ O
Wp
J J
m a O-
Ia
§W Q I
3zw a:
-w
�m
JO 00
¢0 3uj
�a
wQ�0 I
D <2000
jY
I
�0 w~
H 0
(LLJA0
Vui
I son
p
zLan
H
N t0 W
O
z
o'
ra
00
j_
4 t]
LL
t
L_
'
l
n
0
m
\ M1
m
0
m
D
r
- z
\
OUTFACE TO
z
j
a
x
a
� -
DUMP k0
POLLUTANTS
J
a
a
z
FOUNDRY NAME
R
U Y
mW 0
0a3
I
s
N
z
W
m W
f=A U WOQ � mi
W ?29
r I =('J n �a wQQ tnN
U W Oy] K }H
O• O
z j1AN a zW Z �
1a ,
W mW z �z > ca
NU K Om -� z0
Uz YYN W iz
2�VI
Wyy U O W O _
zm 'S B U ¢O W Z� 7
c pa^ p Q z
»Q Z�- 06 00 O U
U> F =F NO O H 4
Oa _W O <I �W m0 02
JQ 3z b W� Wm
IJQ p I jY �'U W- O
WO tx nCA J O Q Zaa i VI
N� 71Aa Vl �a0 `O� N r0
I%1
O
z
oa
2
d �
F
O LU
cn
C
W
U Y
J a'
m O
a3
a 4
OE7
r
d
U Z Z w U Y
r O w 2 a
-Z
a � (L C)
� a U U
Z Z O w z w m
� �ma-wv a
wF �xo-azw�Z
w JvF3�no3oo
a o ra5 wS '
0-0
Z2UIm J�SJ� i i
Z Oa-awZr
`- w
co
S Q O¢a¢Wgw¢�
00
w
Y Y J W¢ U Y w m
cr
OH zo V) Z) < �
O
r
w
Z C� ri v O
a z
o 0
o
r Q
c J
Z = J
O a <
a z
Q �
~ w
z �
c)
0
J C)
O z
Z Q
Y 3 m
� o �
Uj
Q VI
W
,giP P�J v�-i
■ a . W
r ' ► i ! l .
0
a
0
Z
d
54
w
Y
Q
_O
i
Z
w
w
w
9L
Z
O
H
J
J
O
a
w
w
F—
Q
O
U Vl
J lemd'
aO
3
I
a
MJ
O
W
I
Qw 0
Q
O
}
a
U
0
O
0
rc
_B/f
W
I. W
II u
_nil
H
rN
No
m
Z
O
3
Q
p
Q
o 9l/f p
N
Z
w
o
m
B/s
� r z
= n ui
<
1 a
a
Z
to
m a
a
to
(n
O
O
n0�
M
Q
v
vI
I
�1
J
I
N
J = -
fl
t/I
`aj7
J
Q
L
OJ z
Q
d'
_
V,—
Z
O
L
Oxaa
Z1
O
_
W�
�`�
U
J O
J
wN O
N
r
U
Z
lJ=^
U
y}
F �
I
,wa
�71 >
~U
N
uj
od
^
Fl�1N
Q
F
QQ
31�
w
3z
W
W
w
J
O
iW/7r0
Q
�
2t/1
w
H
�
N
M
•f
I
w
p
z
K
W
�
x
U
2
O
J
a
O W
W H
NO
�2
�
Q
N
b�
Q
n
�
�
�e
a
�
Q
w
'
m
Q
Z
_
I
LD
i
~
i
Z
LO
O
-8/C
Y
'ri
8/S
J
o
Z
0
JL
W
o�
IL
1
O
0Y
0
N
O:
W
a
O
zN
U r
0
W
0
V
_Z
Y
V
0
J
Z
D
00
w
U N
J Y
m 0
O
a3
O
z M
6,7
0
ELLI
\
U
'
V
Z
Y
O
^J
fly
Z
m
O
O
LL
SW
G
Q
LL
U Y
J
m Q
a3
M
N
}
2
.
\
/ \
\
\
!
§
■
j /
§
/
a A
:. 2
-
§
§ }o
[
3c
�a
.\
§
■
02
&� ��
e
U2
Om .
®
§
,[ [E
2
\kA�
( w
4
]
20
■2
-
|%
01
�k!
k,§
--mall-
}'o
]
-
!
� �
©
:!
�
�
BCD
�
W
c!)
Q
�
U)
w
ca
W
0
\0
CL»
r
D
0
Z
Q
W
J
ci
U Y
J �
m0
=a3
I
12'
6"`
40"
PR❑VIDE 1' COVER MIN. (TYP.)
#5 HOOP BARS (TYP.)
• •
��#5 HOOP BARS (TYP.)
• #
#4 HOOP BARS (TYP.)
36"
MODIFIED TYPE 1L
CATCH BASIN
REDUCING SECTION
JULY 2014
PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO.
, o WORKS (CONVERTS RECTANGULAR 4-18
""U'�l LID TO ROUND LID)
as
r O
w
ut O 0
O
r
O
r �LLI
Z
� U
w Y S r
U LLI
mw}
L
I ma LLI
_ a
2 LJ
mQ
a W 2cr
of in Z O
N (nz
x
N
W
L, W r J
z a>-
W? Ul
a_W H
Q
r w U
LLJ
a U)
J r [If Of
O - w-
Q .-.
d
aV)Z
Q-
Qa2�~�
HW r V)I)�
woma
J02
a'F}-
W
O U
ZZ U W
- a w W� H
yCNrr
0 U
U
W U)
0-Z w w
of J
O m U)
J
ox
(dJl) 'NIW „9
J�0
Zoo `xz
3owm
Q.0
awJ� '0
zo�z
x
�(n -iwr U
~ V1 U
O V) -
a 2
O
a
1
\
Q
x
W J
>rV1�Z
Z Z J a
i LLJ
r
0 a
-
/
Q
a _W
X W w a W
Q r
o U U
K)
\`
\\
rrmm20
Op00
0
3oa�w0
�awU
o
Ld
_
a""�
U
a
m
U
o< C/)
z
aOwm0Of 0
w>—
Q
a.
of(nW ZaU
O
G
Z
W
L� �0C)
U
a
V)
Fa�w Z�}
Clf
? (Nn off
}
W
L�
z O Q w p~ m
Q a Z r
U
J
`k.
Qf z
7OLLOY Z(A
m Z w Q
V1 J r
r.
Z
U
yIII
m Q
0
Q I
U
W S Y - J W
w a� o U
U
0�pz�ao
x
DM zL,
F- a
w
H w 3 0 w S
r V7 V) Z
o Q
U w 0 d'
w
U1
- a0 oo zw
� Z 0 j a
m
V)D- W V)O
L U 0 Z
C�
CD
z�zo�
Q
Jaa�Z�w
Q
J
H U
N
m
z�0o0E=
zoaXz
�
O��Q�w?r
O :2w0
x
z cn
Ln
Y a
_jo0
O
z
0T
Z
L�
O (n
w O
of Q W
WV)
U
K j o
of
HU
00 V) U
a
a
CD
UJ) U�
wZ zzz
0
o Y We
_
U V l a
} S F
z U L J
a , > W \
p
m J V)
m W 0 r-)
a
Q
r 0 o Y
Z 2 w Z
F-
Z w m
Oz Z)O 03
O
ooa�S
> F-r
P:
w > r
O
K J
O
W V) H U LLJ
Ud'
Z XLLJ Uflf
�,
W O�
Q W
L
J U
w Z 000
LLJ
r0
z0 LLJVlLd
o 3a
�03
wW
0 a LU!�
zz
�of
Ua �W
o0
SWOwZ
OLi Q��
- 0co
o0a
\�
DV
Q�
U
0 In
%
Q�
ZO of
w p w U
w �
20
a z O
J J
W
r [If
Q
Clfa
J of
0�aCDz
Cl-
co)?
_ m
of a W W
U
U
of Q W z Of
S
r
a
C�3(na
aaF
m ¢m
Li
��
O <20
CIJ0
0
m=
�m,��z
"
z z
J Q Q 0
rm
Ct LLJ Z H
co U
I
mv)
w
r� W
W ('")
20
V) W w W
(n QrN W O
O 0 0�
0 w
a Q-
V) F
Cr
V)
7 0 0
r 0 m Z 03
o
w� 0 U m V)
2 Lj
rwW
a Z
0 c a
QC�}
U J 0 J o I
p Z z r} o
03 a
H2O wC�
wrr ax
J��=JLJ
E_n
zm0
Z(n
WU0
WQJ mwp0
OO(IQZ
F- Oftea.
W
Z
W �Q >U
W,(n Q'U L,
V 7 V" Z_
J Q
Q
W�
OI w
> W r Z Z Q
a 2 0 0 0 �
_Z o
a 0 w a 0 z
J
az
UEEz
V) arz ood
w
mDz3oa
VW) Q N
r O N
r7
z
O
z0
N
0
W
Z
LU
`J
Q
Q
0
cc
J
Z
cn
MQ
W
2
U
H
U
W
J
0
2
5Q
U V)
J Y
m
a3
I
Wr
jy�yW1
WGGS
2
z
O"
Q
J
J
S
¢
W
ILm
w
MUZ
O
s
OU
4W
W
d
zI
ad
�d
pd
CD
°w
0
z
a
w
LL
LL
$9
W N
g
sg
�}
d Y!
m
c
SIRRig
a
o`'p�
do`
R
Z
• j! !
�
r�O4E.-
� ! W
a vJ
a Z
<Y
Q
I
9
Q
H
J
Q
-n3C]Gn N83.J A8 NMVtld
m
h�
o o U
T
ui
t>
saw-
o 0'2
>.
w
E
y o
y
Y E a
v
m N Q«
~ o o z
V
C
m
a m W a
m o c
n
n
o
) E
'-
m w Q
m E d)
v =
N
c
3
o
0
c
K
a) m a
v
>, c o
m
3
a
m
L
a0
a o E
E Y d cO
�L..=YL
L
2-7—
m L
j m
E `o
o f
Z
m o S d
rn a'o
a'
-
-Eo
a v
E N
m'E
ma c E'
EY
o..
m E c_ w
c- rn w'u
L
m E
a rn E w
= n
v
m?
6060
m m
N cLN
a
NmE'aN
32m?
v
rnD
om
m
Mm
L ILCL Cm
ui
n
=O mL- m
w C
��
9 Lo
.m
m m
W t
o�p•'lp0
U
0 m v a o
F E? U
c m= `°
t a
m
a
ELu
m o
0l
m n
a o
W h lu
aL
L L
L y
L N
<U) 3�iL
N m'n3
F- u,
c�
��'
z
N
M
V
z¢z
W
U-o
Ci
J
J
m
m
m
J
¢
U
W
C
JU
3U
a
a
UZ
a.
w
'Ka
aN
3a
m
wa
�m
a
_Q
�
ao
OO
00
w
¢
UN
rp/JN
dN
16 r
_
s
p
_
r
x
O
ID
x>
IL
I
wo
U
5� J
p N
z
w ~
aw O
! /
lJ!
w. W
z.
F
z
W
I 1
r
a
z
a
A
U
W
'A I
N
h
�
�
dN
W
z
Fp
a
e
�
Z
W
W
w
N
l
R
l
yOJ------------- _T_ f r
I pU<
� f!! ,1 l�•a W
0
a
z
0
F-
0
coLu
0
z
Lu
�a
m0
z20
F
z
O
V
0
ui
In
W I-"
H
z U
w
w K
N W
>
F
Q
z
w
W
F
J
Q
z
Lu
to
to
m
y
Q
U
a
GldOjAO VSII =A9 NMVHO
O U
C
3
E� c
m
�O
m N O
m
o
E 'o 0
a
a
m
nC
f0
N a t
75
a
O % O
E 3
E oo :o
G
3
UL
o
a 0
E E o
c 3
m
a
my
coo.
o
v
�
E
Sc
aE
iV sae
6.0E
a
C
TN
Na � C
L
m
rn�
E.E BE
m_
L
N
C C
3 J N
m
a
a
E Lai
> E . au
E
m
«
m a
w L
a a a
L C~ O
m
O
mE
y�'•� `m
?
a
a c
uai
m
a°
m
E
Yc ay
W
y O
Z
h0
a
H
L L
U'j a
02
Yat 3
HF
Z
CV
of
4
IA
C.)W O
Z W O
a 2 Y
`m
;p
pp
N
N
N
N
N
2 ~ F U
G m Z
U)
Y
O
O w
1.3
y
rfOi
v
v
m
con
Z
W
Q O
Y
y
W W
Z
Z
Y
ao
ao
ao
N
N
N
iV
G
�O
Q
m
=
~
m
=
y
J Z
O
fV
U
F
K
=Zw
o
v
a¢
a
n
m
rn
N
v
U m a
w
�a z
C7 o z
o ro
W� Ul
Q W WO
0 00 Z'
'
Z' wz
W Q N
Mo17
�m
we QO
zw rca
mo �a
UZ 2U
M Q�
UO UU
1 w0
'XtlW 4L '
.PZ
a a
o �
� Q
N �
LL �
1 �
1 -
w
I
m
ow
0
w
�
Fa
m
�
N
O
A
a
�
N
G
N
• l
O
`d`
r
f
F 1
Q
4Y' F`n n
?
a
m
IL F
w
o
0
Q
.0 1
g
]y
3
Z
1D
O "
y
LLJ
W
LL
OY 3 LL
m
v
v
v
a
a
v
w
a
O
M JO
m
m
v
v
v
v
v
V
C
y o,
ri)N
w
Z
7
U
Z
j
2
,� ®
•y 1
N
-
m
-
-
-
N
-
t00
-
t�0
�?
a
IL
'u
O
�
J
J
S
J
J W
M
M
m
n
w
m
V
w
5
LU
w
Iw
a
a
r
IH
Iw
a
U
-
N
-
t7
-
m
-
V
-
V�i
-
t0
-
f0
-
n
W
a
;z
U
a
C
= Z W
I
a QLLI
m
n
rn
U0°5
O
u Ow0
Z Jz
w YW
W Um
N mZ
Z w
U Qw
K ca
Ow C7 a H
K
L
Wwz
ymz
re 0
p
m F Z
r
O O
itin„il .I
U,
r W ?
I
Z K m
—a<
NIW ��F
to
mf
W a
as
'
N
z
z
b
8 0 (5(@
ll3001l N833 :AS NMVdC]
k
0w
to
1�
0
�\
(T
,
5
J
\
)
0
k
LU
co
»«
1190011 _. _ __
\\/
a
\
mo
2
%§lo
I){
(
k
�
\
«
\7})
7�!
�
§J}m
\
\\\\
l
\)�\
\
� om
/k)j
\
�k
n
\�
$
-
§aa)
!
�{
U
w
w
w ¥
`F
�
UJ
/
Y§
�
o�@wo
lj��mla:l,
I
§;§
a ■■
z!4
ƒ
+ �
z
\
� �
■
.
N N Y N
N
j t a s 30
O
N
O
�p
U w y L O
m
N
m« E m 0
O
C m l0 t0
U
O L r X N
c
C;
N tIl
y m C
m
C
O
Ea NUm
m
M
a E
m
m A
O NOD a
C
9
aU rn^ m
m
�'cL�o�
rn
yi
ac m
2•y3mom
u
�E N
Om UI
m
N
C C..
3ZrIgg rnm
>
UI
o
o m
F in N> to M L
Q
w m 1L
Z -
N
e
z3�
�Wa'2
U —
aN_ _
NUN ? Q Q
W ONyU LL
W w$U
Z/L 4
O
�
I
W
H
Q
�o
zZ
�W
W
nN
w
N :I71 L
O.
N Z
z
Oa
❑1
Ha
0
f in
J
o
N
g
g
N
y W
0' z
a
e
c
4
`
o IC)
$
MM F
= N as
J o
y
z
,
J
oVg
c
m
o
w>
c
'
L.
N
lw
O
w
'Xb'W .IBIS L
L
z
0
U
W
N
1130011 N:133 :A9 NM"Cl
N N U C <eUj�v
N N Na N NUyry Q Q
[7 u
N
Uw yL O IA K=n2
c N m U
1I �
11
y IN N O 2
N N O Y C In G
N a N Z L c I
a > — E Is
;
m g N A
c� � w a _
N_ o 0
o
mLLN N U U N �
DN o D E N
N N L p y0 J
tVOY mN aN c N � I � .715.' N
C O N am✓ N— N
3 ayy �.m rn`oc E
a U U to'Ow y N w .
� w
F m N>
Z N M r
a
FM
__-
---------
;__-__---
ri
p
I�
. lk7
C; 3Y1WN ALEONIlO3
6
8
2
U
W
fA
a
O
q
o
r
O
a
M
z
8
a
W W
%2
c
J o
o�
�;
a W
IL
. E
g
db
! y
f
V Z
O w
=
w
o
`•
Q
`0
M
f
1130411 14i13.d:AS NMVN4
N N L N
3tmo.o w�:
�Emao c aNa
°ur yt`o o w�? a
c c oI
C Ip Ip C W $ U _
-N N x G�
mmoU� °f o
E v N z U o m IIIrIII r`mrI vI p!.,...ii;
d> - E u c - - - �I�I�J':!'!lill..:lillll Ill�i _,,.»... _
ui a
ow`o o c v
a m
3 U
o E 0 .� N Ilir� 1jI
N U
a
LL
z N Io _
w
F
K
0
I I i I I
r i i i i r O
W
.l _S , S I~r- S , - 4 tll
X A .S .S
r
b
a
O
F
o
O
g
w J O
Z; �QW
z
8
M
121 w
F 3
ZVO i 0
`a
ap
O
i
a W d ^
IV W
w
a
a
)�t
N
Lu O
rk
H
p�4)
�F/ `W
/ Q
m G
¢
3
Z
11►
f
H
z
0
w
In
U
K
F
W
2
0
N
1130011 Na33 :A9 NMVHG
M r
u c 22 W O
3Yma _ wru' i ~ 119
z
N
W N a E
E v ._A�'` Ap$ coo a�
Z J oto
e y g
1° 0L` m Af �i �r 4� y HC7 w c
Q�L f4 E vi o 'o ,, S w N
°i o o U m d+ M -� w �r 9
&p�4' uz
W a N a �� g
Eo NZL c _ IU °� •III
> o m — InIIiMIV Iftl 0 IIE:Irn'I�Ip oc a a
_ W ;
c �v a a o z
o Iw
CYmi 9 N W � N
Y Y (n m U V C U Z O
d19
m 0z
N C L VJ O. N N l O W
mE
y •� y O N
m� m U�7 �� y o
o-mcNaa c m m % O
y cc
�•a�igaaNi mm 'k w ` 1 w 1�
N O L !` jW- H
O
Z N c0 7
w
No
~ z �y
00
m a f 4T�
r f f
aino O wmo1341S sm
7
.oZ
a
O
1130011 N2J33 :AS NMVNO
-%
§§T
j\\
j
z
j(\
\\(
�
)
- 8
!(UJ
)z2o
/!
!
!
kT
2
})§ k§\(§
z■�;|§!
■ « gL
CD
�■o§w
x !!2m
i
©
0
■ .
%
,an _, :AG __
N N L
N�
_m U N
N c m a 3 o c m
E oY�mc m
mo ommDa �D �a m c
L L L OE
EL ID a
k C O � u N D
O O d N -110 co E
p6 N
a� moFEp c
lV N OI L C J 2. (0 o
C - Y: if tO N ui N 0
wm may x ALL >oo a y5,q
N 2; U m fn . U ,q,q�� >
SN ma I cai mm `-' �� ci U�
cF co E coia m c� m tm
mo D �c m me m •-cmi
noE `oN
'3U rnN a rno
EE
a a
8 N An
C N L 3 L N N .20
m = y 3 m o 5 c N c = � L
��i min `o E rn a .ao >t
`°��
Y L m c o m c a T o m w a s i z a
E ; v T•— m a V a o me
01 V N U U C t O a C U N
N
y m C7 E'c
0 rLm. cmi m> a> ri
Z N M V uj 6 r,�
z z z
Q O
n
w
z_ In
K O
Z
a �
.41f
�- to i
I •� I x
I❑ z a
� y J
- J
Q
¢
0
a o
Im
3
C
a z
n
A 4V
M
F
Q
IL
0 w
j
a
$ /•
0
¢
s
H
a
r
w
� ,BI
w
-
w
7-1 �
Z i
O w
B/5 U
p
w z
N w
w
u N
ui
I— v
AIL Z
U
m
w_
>
U
a�
w
2
Q
N
0
W
a
N
1130CII NH3j mAB NMVMG
o?-
Nma
ao�
ol.
ma
a
p000
Q¢m
=arc
o °
N
Hlu
� W
R
W Of
�
i'�i
z �e
_
M, Q
7ixOC
F
Z
o p
a e
} ti
H 9.
x Uj
o
S
e{Uy Z
W dlu
o
too
Z
¢
a
_m
CL�
E
m N U C O
Z ma �Eo
O L -
H
W 5 LL"
N7
0
3 c o
c
W
F- E!
w
m m i N
DNA
Q a
7 a°t� any
C7 ° E m °
Z $ E E'
i
,L°(v
W m- m m 2'�
d.
¢ t -� a Em
0
O w
w
F
w
H G
U
rl
�
i
Z Z
QI U
'f j
J w Q
WN
i
i1;
V
O N
a
J W
Z
W
U
Q
a
'. w
�
0
LL
NIW .Bl
m
L
�
N
Q&D
ca
0
�
o
mO
7lVVY .,Qp 5 J
�a
w
o`o
U_
L �
..
Eo I
�
z
LL n
w
��
L
IL
w a .J
i E
w
0=<Z zM0
e¢=oo
Z rvOa ��Q
•QO Qo
NZV a0
x 03
Na i�
r -0
ocmz az
gz aw
z rv�a zo
n2U vQ
K; w
- � C
ry Z�
a0
v O'
k
zz
1UGGII NZA.4 :AB NMVda
® I ! * !
z w w w ¥
f
z\ <\\ \
\ Ao
§� \
a
a
3
LLI
k
z
§
k
§
u
��a r
Z.
I.
§
i }$ §
}\
LU
k
LU
U
�LI�
Ka§2
2 §
IL
§§§§
,
so D
r
^
3 &`
§
/U)
w2
q
/
k0
§)
0.
�\
�
z�
iL[
i§
_
)§
§§
kw/
iL
■L
�«
§©
6u
\\ /zw jw \
/ \� §
m
n
n
maL oc
n a
r °
m
t
m
d.'`
o y
o 0
yL°.
ch
A
o
m 3
o m
�"
«
rn°
E o�
N
C
m
m omN�=°
Ea
f°c
U
m
Nw�
D—
3
T-
c o cmi
c w
m
am
NN
m. m m
CD 00 CD
0.« o
m a
L g
N y
m m
No
L) P
u
E (O t° Q, OI
:t
d C
m a
cry
m O
m N
'.
E
m
13
U
0= fA
o� m°
U
L U
C w m 0
m x
��
��
E m-m
T
°L u.�
.S?
xxxx�
m
m�`o
SUE
m�oava
0E
o�m
eta
oom
� m
U�Cj
N
a
$a
E 3n
mo
3 cS
r
m N m
�co
N N
m c
=E EN
O O N
�$
UUa �iy
E m N
duo
ao
N
w3�
a m
of
o c
O_ -m N
mO1
m m
O. L
O ..
m
L m
aLc
ti me
_
0Z
«�a5
�
�ami
=3cmi
ccUc
36
ma
° a
�=°a
Nmm
-6.!q
F F- E'nU)
t
« E
o
2
Z
O
F
a
NIW 0
.9
Q'
F
-- - w
U
5 0
0
O
a
Z
U
F>EJ
r
w o
w
O w
_
z
w
N
z
Z
m
w
z
h
�
� a
0
K
O
w U
m
U
� y
K
a
ow
ow
Qa
O
O
U
o 1% W
p
a o
4 LL
N
jc
`N J
Eo
r
Fo
a
Q W
o H>
m S
U
$
c
W J
Z
o
Z V
J
o
�J
aN�U'Y-
W
Zy
Z
-
3
0 o
H
1�
J
113(RIP Nb33 :AG NMb'2JG
m
9 g
§
§
* 5
§
m
\�
§0}LLI
§00LU
�w
,14
N
§)�;
LUw
§\�E
a�
emID
R�
RZD§
�
\=
`§)
{w`R
/I{�
)\°}
{Q
=&
w
,o.;o;=®r
Q�
)z=
Q{
J
®-/
o;
))
o,&
o&
)m
&§o�
w§r
q
a
=
2[
, a
mN_a
!
\(
w
�
0
cui
0
/w
k
2
1 lu
o
!§&�
LL-1d
\¥
g
Z�Z��`�
19b2
,
T
■o�\:�)/
f
�Lu&,:
j
e��nix
019
<1
%
4
B
§ 0
a u
�0
u
\� �� �CL
�CL
�
-
'
2 2
w b
/ ( D
§ k
§ \ -
N . w
LL/
�B
0 0
\�\. &w /\
2 �� 2
§ � 2
. , 3
0
2k
iL
�2,
22LU
�§§
m±
�k
m
LD
4,
> w
E m C m
v m
cL•-v
m., m
m
=gym
c�a
m w m
E
v v m
vo
c
€�m
v mmr
-0 �
m
mvr
m m 0
a _ c
m m
a
t v
m O c m
&D
m
rn� n
?�cm�
�m O
m-6E
O — m
cc
F r.2 o
LLQ V) X
_
N
k -I-j
U
y
0
z
w
w
a
a
V
f=
N
5
a
uj
w
x
F J
♦Y
LLJ O
LU
V W
w2
LL
or..wcrf� �w+
O
O
O
o c
f.•
lf..I N Z
Z
0
d u
G
0
LL
a
C
w
m
-to
w
a
N
O
U3
W
a
IL
J
F
w
U
mF
Uw
c zu.-
z x.
I
z
ow
W I W
u r.
L
2
Zy p
�Qa
x'o a
O
3 0
m Z
m wzv°0
x
ro
aaz
U
W
w
LLLai
, O1,.TV
WOJj S31NVA
2
K
W
LU
wO
U O
zz
oa
U m
z K
z U
WU
�U
W LL
U LL
a
K
F
w
Ww
It w
z�
00
U
wa
W m
Uj
93 W IL)
a LL
LL LL
J a
0
0
0
[7 �a
+yp.�ir
Opp
u�
LL « a'E
m
LL gym
a ot�
40
F
0
z
W Z
w.
z Q
OU
U
QwU
Z
O
�K
z
a Nm
W maK
W7z
aJ
J
� =U
~ G=
UUOw
ZF
W x�
L
vZ
mo
0 3 z
w
`
LL of w
a
m >
rU
� rc
= p
nz
T
O U C
U
as
F-
�
W
LU
�
LU
U
Z �Z
0=
LLo
� m0
wF
<z
c
rc
m dz
O LLZ
Uz¢ pOY D
000
O0 wO Z Wp Za
~ Q
w
H
W
w
w¢W K
a<w N
04.
¢
z
zzm W
-=z W
�3o a
lu
9
.,
F
w
m
U
z
0
r
z
ui
I w
� w
z
11300f1 N833 A9 WV}JO
� 3 U
O ¢O
w �
LL
I „g
4 m
o
wp�
l n
r
N a
i
s m V
O
op.
d WT,F
aka
I--
pQ
E3 �
o
Z m
t
61. Z
0OL
��o=
0 o
C
w
w
❑ N
0>
Ot =
o c
rnZ
G
Z
a 3
ZW
�
�1►
2 LLv
H
m
z�
110
22
LU
a LL
W a
J
m
F Zw
U
Oz
�0
U
W
M w
U
z U
O
U LL
z LL
z a
W
W ~
0
c � N
ILpb
c ~ W
C
Ld
„di BpQ c V � Egg i'3�+�- Per •% N
~ 23 IL ~ J
a� �� � 4` a m W 6� o r
Is i-L fa
ti :! a 02a N =LU
aC LL W m a
K
O �W _
..i rCL
0 -�
se
03
."
;J. ig
uj
uj
g a z N
Q o�
!, £- 4
s U V U ia rc
ILW R W GU O
E cocc
Q c�i Ll
m W
a
z Zd l 5
LU
� 7
r 1-
ZpWU
a s
10
FE
U
5 ¢ _
of
� b Y
g
G Zac_
a�z 0
z K
ul�]�'o
j on
85 rn � ��VU '• � �� �V
V l y pm�
Z �-Svrc m i
z I"a � Ct
o
i C Z 4 N J A' Z
• '�Z � � W WW
a O O
K
n3wn NM3j AB wAvaa
¢
V U
2
6 m
f
I
.Z
-Rf
J
a
m
w �+
IL
�
a
1. 4-
ra
G
¢
n
�U
Z W
O
� g¢
U
m m HU
z z<
2 v rcr
LL W O�
z
cefO z OOW
Qa `. mQN
rn mod
mnz
W r�-
r 2-�
2 O<O
.r
N y
wm
a
i
r�
w
SNMOS 1119 :A9 NMtlNO
co
d 1
Y
t4Z--]
sL
o <
QRl
4 ���
x w 7i t IL06 O
T[ 6 G
i 3
SI d
0
SN3l139 T19 :A9 NNtltlO
1
Al •a
fol
!
,2 ■ � . !�
!: w § � B�
_ ® ■ _ �|�
n�~ Z
o «�$�
&� ■ �
2 � or
A �
§
s § �
| § §
k,k
k
w
§
§•
�
�
� k
�
�
k
k
�
k
■ k
§
k k �
2
�<
�
�
� �
�
�
���
�
k
k k
�
■ � �
k
°
||
-
§
-
� -
■ /
/
(
( §
§
§ ( k
__-nia:As __
d
a_
F
1
b
IL
w
m
fob
z
I
,
Z
,
d r M n
F =
F
4
r
IL
N
b
�� FY S
Z
� '�
�(�
d
JjB
°
lam.
fn
O
b
d
p
I
11�11
i
I
S
C1
0
W
o
0
o
E m
E
m L
« m N«
l0
�.
L Q C
..
ate=
3- E�Ecm
mo
.t�
U
�°
$
E c�
O
0
a
C
m
m
O�
0 -fi U
O•r« CL
"'
O
N
UC
w
N dl
«t
V
Us O•rN `-'
a m U 0 0 0
m
L
dj
0"
CO
co_10
L°'i'E
m
❑�
mo vn
w
m
ocai
a
m
m
my
w ��
Q
m
ccc�p>
m
`m
my
>>
;� n❑ mmm
F
uy a0�
5j
x mO
mnL
N�L > d
C)
O
O
L Y
E N� mL-p
j
m�
��
ID
tnc
Nv«cfn«
c
c
«� meM,w
=
N�
0>
U�-
6nWUm
�ppL
C m
•C C
m
T
U)
rnm c�
m m
CO w u. 0 �
ML �E
m
E
a-E
m
E
a
n
o'mt
U L m m
Ec❑ip
c oNOB n
`❑'
y
w
m 0 m m
l0 m an d w
6 0
g
arU
m m
QE
N N N
«Qaoi
�coim�`o'
jn
�3
a� mn aUi
6 w
E w m«
O r
O
C n
eCp m E m y 0
oc �
N L m
aa_micd�O
L O
01°
0
96
U) �o ��E
un o
C
r �« o
42 vn
ra
r
wp
v7
Z
w
z
ZOO
�I
Z «
U
m s
F
7
'L'!
C7 O
❑.
� aaa
a
z
3N
°I
¢Wr
cam.+
ac7
J
wLLz
w�w�
04
gag w
W
❑ww
rz
p
5�
a
_
z
z
z
Ir
�
3
r+
F >_n
=Z V\ I
w
in
Q
a
3
z3
W
¢0
w
30 Uw
x Ow
O Y
;
❑
z
p
<°� m
j
U
m
m
U
z
zz
a
¢
s
SZSz[[
w>
�
OY
J
H
�3
z
O
p r
❑
C� wQ
w
c
U O O Wm
0
U ww
LL
2 (W!1 0 �
W
114'3a R
•L
r
,u z O
3UVMEi
wo
Q
U
r
hw
Z
z
=
z
l
m
S �
a
!rt 00
m
O z
V
¢ m °w
I �m
z
r
a
w.. w
❑f O
m
z
z
m,
3�
w
� Won
Q W F
wnz
V � rmW
{ ov❑im
O
z
z
m,
wO¢
O
m
4wW
O
'00 U
O<z
U
Wow
m K
Y
❑ww <
o r
om
�aw
z
Qm0
rcmo
❑
BUY
3
=zu
U
w m w
O,0O°�
NV3219
FWmz
)4)
0—.
w
C w LL N
3 a:
r'
W m
Jw0
00Z
Z¢❑
¢
m
N�Z
m
❑
w
❑
N
O
Z
Z
N
o
e
f--;,
4>
O !•
pp �
Ji r a W
W
w
5
3v
4S
W�
Z N
mBR
� 3
{F14
ei
m
>
+ c
4�aiy
C7
�
=
W
w
O
—T
=
O
~
5..
F
Z
mxx
uxa3
w
L
V
z
6
p
Z
LU
w
i
H
iL
m
¢
W
� w
O w Y
x <
W
00
YZ
0=3
S
O
¢
wo
MW
w
Q
m m
S
a
a
x
to
I
r
2
W
r
w
\
zNv
�=
O
maw
=
x
¢❑W
=
❑
rW
Ww
a
wv�w
W
V
p
wO
F Z
=Q
w
❑
Z
J
QZ
g
-NIA
mJ
w
W
0
N
m n
'
0
H
z -:w
Z
zar
IY
3 W W
W
W¢w
U
mm
Q
�N
a
O¢1
H
x Z
WIN ,SL a3 Cl)
NNP 3 O
L)
Q
0
a
Z
a
H
N
w
p
a
1130011 N83J :A9 NMtRJO
-1 —
6�
Z W K
t �' �zm
r,
T
C
p�
Z T
owx a 0
o�e< z S
IL1 r
z 0
o
ax3w a +�
LL S w
cai
ET
cc
J g
z
CEi
S pL■
U dux
o
m d
t=i
>t Cy.
Yi _
Aof R. ddlY!
Al F
O
= p
a u
►!!/Q
1�
�i$
to
-
lntnnnitlilii l 1in
vvi
v
v
V�ii n' nvnmss
•N: \Y� i7t��l�v�nnvw.
�j
a
K
C7Q
._..... «......._.......� ......
...............
Ol
0O
�idAl1 +
O~
zm
zz
H &i
wN
w
i3-�
+
c0m
w
a
-
F 4w
a Q
CC)OJZ
W
¢O �.
F
N
OmQ
z
r
�y W
Lio
`
x
J 4
Ox
l
GduY.
if
.0' Jl
w
�O0
O
a
wa
or,
m
a
SD
N
i3
z F
LL
r-
SN3M39 1118 :A9 NMVd(I
aa3{{
N
lilt
O �y' O
c 1 Q
w
gf;
�W 3
�
_
_
5;
pp m
G� y�+ F3dp
S 4 W
e
p7r `[;
L
R6 r
`
��■ �_
R
r K Cl
6 LL O
fflo
m
cc
m
wa
q m cam- noG.
az�m
rm§
oLLz
�qx 0��
�
°
z
sW
Al
a o6 �
Lou
ao�LL G �
z
ri vi
v
H i
F W 6
p w
O= Cl
�
ao�
oWiip° �
5
Z�
O�
yrOw
=J
pKF
S
°
r W
4j
1' � YVV1I
LL
°I7A
y
r
LL'A�%im
dY r
O
W
fJ
1�
• lea
zm
xWrxW =
W lJl
�f V 1
W�
g
HiW.a•z
��
�a—.�
—
1
I
I °Y
I ZF�
A•
MM
�COQ
J
F
1Cgh P°
I
a
rr�
zLy]ug
p4
UZ
F (
z
SK3100 TWO AeWAVW
§
( 2
._
\\
k§
\ \\
§¥
) §
!|
.
k
�
$
a
.
%
%
kk)
«
�
ao§
{z
)�
e
§
B
�
0)
2
§9
`�k`
« a
/
|r||
|� |
o
I-
n
B $
2 w \
k
■�§|
§ �
■ \
: ■
�
§|�|
©MA�����
z2014
w\�i
!MD
Im
a
a.
(�I
§
k
s
�
IL
■
% S
5
C O
CO R N c T
o �cc °10 ? �_
U) j U N C r J -0 C 7 P1
cu
`000 mu n� u Em N °°
C O) N p a V T L. O
ym9 > NO o
mt °u' rnmt -2 o
L C o� .29
p
o 3 U
E 2
c 'moo cLi� wE n SNc mm 9
Q1 0G' ma a c
Nr• NO �� X ; r-
N C N C TN TJ C N N aL U p O
,WOEO
N u m u v E'v
0,0 w e o< N � m a d
F � y N 71 � d �¢ 5 � m m a m f�
z N t7 V ul 16 r
z
16
zX
w
¢
f
z
f
K
w
a
uj
J
m
a
o
H
N
3
=
O
c�
Z
U
a
y
O
r
z
a
�
r
H
�
w
a
J
N
2
>
2
i
>
2
v�
`V w
z F
N z
F z_o
�3
q
9Z
N
O
0
<
Q
M
O
3 J W
Q
w
O i
u=
p
grad
Z=�a{�
F Q
0
0
o
ZN
6
W
a
0
A 0
O
Q
i!
Q N
3
�a
w
�p
aw
3m
W
IL
N
z
O
�y
Z�
N
� W
=0
= O
Zp
"w
: F
=zr
•'f
w�
w
1
'E� . •
_ -
O
1�.—
_
gg
z J
11300f1 NU3J :A9 NMtlNd
(
§
k
\ z
§ j
§
■LH
2B
§(
_ZIAO _ :As __
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
Vill. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Compliance with Governmentwide Suspension and
Debarment Requirements
XI. Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding
emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each
subcontract and further require its inclusion in all lower tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are
incorporated by reference for work done under any purchase
order, rental agreement or agreement for other services. The
prime contractor shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal -aid design -
build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design services,
purchase orders, rental agreements and other agreements for
supplies or services). The design -builder shall be responsible
for compliance by any subcontractor, lower -tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
proposal or request for proposal documents, however, the
Forth FHWA-1273 must be physically incorporated (not
referenced) in all contracts, subcontracts and lower -tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
FHWA-1273 -- Revised May 1, 2012
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufficient grounds for
withholding of progress payments, withholding of final
payment, termination of the contract, suspension / debarment
or any other action determined to be appropriate by the
contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract,
the contractor shall not use convict labor for any purpose
within the limits of a construction project on a Federal -aid
highway unless it is labor performed by convicts who are on
parole, supervised release, or probation. The term Federal -aid
highway does not include roadways functionally classified as
local roads or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are
applicable to all Federal -aid construction contracts and to all
related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply
with the following policies: Executive Order 11246, 41 CFR 60.
29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
of the Civil Rights Act of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR
Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity
Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance with Executive Order 11246 and the
policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have
the authority and the responsibility to ensure compliance with
Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations including 49 CFR
Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix
A, with appropriate revisions to conform to the U.S.
Department of Labor (US DOL) and FHWA requirements
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
under laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)
and orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under
this contract. The provisions of the Americans with Disabilities
Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR
35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract, the contractor
agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to all
of its terms and conditions of employment and in their review
of activities under the contract.
b. The contractor will accept as its operating policy the
following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex, color,
national origin, age or disability. Such action shall include:
employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-
job training."
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will have
the responsibility for and must be capable of effectively
administering and promoting an active EEO program and who
must be assigned adequate authority and responsibility to do
so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or whc
are substantially involved in such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a
minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations within
thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minorities and
women.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or
other appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large
circulation among minorities and women in the area from
which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee referral
sources likely to yield qualified minorities and women. To
meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
identified sources procedures whereby minority and women
applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals, the
contractor is expected to observe the provisions of that
agreement to the extent that the system meets the contractor's
compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to
refer minorities and women as applicants for employment.
Information and procedures with regard to referring such
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national
origin, age or disability. The following procedures shall be
followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of their avenues of appeal.
6. Training and Promotion:
a The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
applicants for employment or current employees. Such efforts
should be aimed at developing full journey level status
employees in the type of trade or job classification involved.
b. Consistent with the contractors work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the
geographical area of contract performance. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the
special provision. The contracting agency may reserve
training positions for persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and
women and will encourage eligible employees to apply for
such training and promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use good
faith efforts to obtain the cooperation of such unions to
increase opportunities for minorities and women. Actions by
the contractor, either directly or through a contractor's
association acting as agent, will include the procedures set
forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minorities and women
so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an
EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or
disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to
the contracting agency and shall set forth what efforts have
been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement, the contractor will,
through independent recruitment efforts, fill the employment
vacancies without regard to race, color, religion, sex, national
origin, age or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union
to provide sufficient referrals (even though it is obligated to
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral
practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
B. Reasonable Accommodation for Applicants /
Employees with Disabilities: The contractor must be familiar
with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there
under. Employers must provide reasonable accommodation in
all employment activities unless to do so would cause an
undue hardship.
9. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex,
national origin, age or disability in the selection and retention
of subcontractors, including procurement of materials and
leases of equipment The contractor shall take all necessary
and reasonable steps to ensure nondiscrimination in the
administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this
contract.
b The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State
DOT's U.S. DOT -approved DBE program are incorporated by
reference.
b. The contractor or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and
administration of DOT -assisted contracts. Failure by the
contractor to cant' out these requirements is a material breach
of this contract, which may result in the termination of this
contract or such other remedy as the contracting agency
deems appropriate.
11. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
contractor for all contract work and shall be available at
reasonable times and places for inspection by authorized
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours of minority and non -
minority group members and women employed in each work
classification on the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment
opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of
the project, indicating the number of minority, women, and
non -minority group employees currently engaged in each work
classification required by the contract work. This information is
to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of
the last payroll period preceding the end of July. If on-the-job
training is being required by special provision, the contractor
will be required to collect and report training data. The
employment data should reflect the work force on board during
all or any part of the last payroll period preceding the end of
July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction
contracts and to all related construction subcontracts of
$10,000 or more.
The contractor must ensure that facilities provided for
employees are provided in such a manner that segregation on
the basis of race, color, religion, sex, or national origin cannot
result. The contractor may neither require such segregated
use by written or oral policies nor tolerate such use by
employee custom. The contractor's obligation extends further
to ensure that its employees are not assigned to perform their
services at any location, under the contractor's control, where
the facilities are segregated. The term "facilities" includes
waiting rooms, work areas, restaurants and other eating areas,
time clocks, restrooms, washrooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate
or single -user restrooms and necessary dressing or sleeping
areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction
projects exceeding $2,000 and to all related subcontracts and
lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-
way of a roadway that is functionally classified as Federal -aid
highway. This excludes roadways functionally classified as
local roads or rural minor collectors, which are exempt.
Contracting agencies may elect to apply these requirements to
other projects.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 "Contract provisions and
related matters" with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon
the site of the work, will be paid unconditionally and not less
often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are
permitted by regulations issued by the Secretary of Labor
under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less
than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers
and mechanics.
Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section 1(b)(2) of the Davis -Bacon
Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics, subject to the provisions
of paragraph 1.d. of this section; also, regular contributions
made or costs incurred for more than a weekly period (but not
less often than quarterly) under plans, funds, or programs
which cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits on the wage determination for
the classification of work actually performed, without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or
mechanics performing work in more than one classification
may be compensated at the rate specified for each
classification for the time actually worked therein: Provided,
That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed.
The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this
section) and the Davis -Bacon poster (WH-1321) shall be
posted at all times by the contractor and its subcontractors at
the site of the work in a prominent and accessible place where
it can be easily seen by the workers.
b.(1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in
the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met:
(i) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(ii) The classification is utilized in the area by the
construction industry; and
(III) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and the contracting officer agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the
Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor,
Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every
additional classification action within 30 days of receipt and
so advise the contracting officer or will notify the contracting
officer within the 30-day period that additional time is
necessary.
(3) In the event the contractor, the laborers or mechanics
to be employed in the classification or their representatives,
and the contracting officer do not agree on the proposed
classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of the
contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an
authorized representative, will issue a determination within
30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30-day period that
additional time is necessary.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs 1.b.(2) or
1.b.(3) of this section, shall be paid to all workers performing
work in the classification under this contract from the first
day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination
or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, That the Secretary of
Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have
been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon
written request of an authorized representative of the
Department of Labor, withhold or cause to be withheld from
the contractor under this contract, or any other Federal
contract with the same prime contractor, or any other federally -
assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor, so
much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or
helper, employed or working on the site of the work, all or part
of the wages required by the contract, the contracting agency
may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations
have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and
preserved for a period of three years thereafter for all laborers
and mechanics working at the site of the work. Such records
shall contain the name, address, and social security number of
each such worker, his or her correct classification, hourly rates
of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in section 1(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that
the wages of any laborer or mechanic include the amount of
any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -
Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs.
b.(1) The contractor shall submit weekly for each week in
which any contract work is performed a copy of all payrolls to
the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social
security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for each employee
e.g. , the last four digits of the employee's social security
number). The required weekly payroll information may be
submitted in any forth desired. Optional Forth WH-347 is
available for this purpose from the Wage and Hour Division
Web site at http://www.dol.gov/esa/whdtforms/wh347instr.htm
or its successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
for transmission to the State DOT, the FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this section for a prime
contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate information is
being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR part 5, and that such information is correct and
complete;
(ii) That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or indirectly,
and that no deductions have been made either directly or
indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations, 29 CFR
part 3;
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed,
as specified in the applicable wage determination
incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of Optional Form
WH-347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph 3.b.(2) of
this section.
(4) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
c. The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, and shall permit such
representatives to interview employees during working hours
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the FHWA may,
after written notice to the contractor, the contracting agency or
the State DOT, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the required
records upon request or to make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of
Labor, Employment and Training Administration, Office of
Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a
person is employed in his or her first 90 days of probationary,
employment as an apprentice in such an apprenticeship
program, who is not individually registered in the program, but
who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State
Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job
site in any craft classification shall not be greater than the ratio
permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an
apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination
for the work actually performed. Where a contractor is
performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage
rates (expressed in percentages of the joumeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeymen hourly
rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification,
fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training
Administration.
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration.
Every trainee must be paid at not less than the rate specified
in the approved program for the trainee's level of progress,
expressed as a percentage of the joumeyman hourly rate
specified in the applicable wage determination. Trainees shall
be paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention
fringe benefits, trainees shall be paid the full amount of fringe
benefits listed on the wage determination unless the
Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits
for apprentices. Any employee listed on the payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed.
In the event the Employment and Training Administration
withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an
acceptable program is approved.
c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29
CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the
Secretary of Transportation as promoting EEO in connection
with Federal -aid highway construction programs are not
subject to the requirements of paragraph 4 of this Section IV.
The straight time hourly wage rates for apprentices and
trainees under such programs will be established by the
particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of
the particular program.
5. Compliance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR part
3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor
with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis -Bacon and Related Act
requirements. All rulings and interpretations of the Davis -
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5
are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising
out of the labor standards provisions of this contract shall not
be subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR parts 5, 6, and
7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that
neither it (nor he or she) nor any person or firth who has an
interest in the contractor's firm is a person or firth ineligible to
be awarded Government contracts by virtue of section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person
or firm ineligible for award of a Government contract by virtue
of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the
U.S. Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
The following clauses apply to any Federal -aid construction
contract in an amount in excess of $100,000 and subject to the
overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to
the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As
used in this paragraph, the terms laborers and mechanics
include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set forth
in paragraph (1.) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the
unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in
paragraph (1 ) of this section, in the sum of $10 for each
calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the
clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages.
The FHWA or the contacting agency shall upon its own action
or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any
other federally -assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2.) of this
section.
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in paragraph (1.)
through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1.) through (4.) of this
section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts on the National Highway System.
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere in the contract) of
the total original contract price, excluding any specialty items
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
specialty items performed may be deducted from the total
original contract price before computing the amount of work
required to be performed by the contractors own organization
(23 CFR 635.116).
a. The term "perform work with its own organization" refers
to workers employed or leased by the prime contractor, and
equipment owned or rented by the prime contractor, with or
without operators. Such term does not include employees or
equipment of a subcontractor or lower tier subcontractor,
agents of the prime contractor, or any other assignees. The
term may include payments for the costs of hiring leased
employees from an employee leasing firth meeting all relevant
Federal and State regulatory requirements. Leased
employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the quality
of the work of the leased employees;
(3) the prime contractor retains all power to accept or
exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for
the payment of predetermined minimum wages, the
submission of payrolls, statements of compliance and all
other Federal regulatory requirements.
b "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the
contract as a whole and in general are to be limited to minor
components of the overall contract.
2. The contract amount upon which the requirements set forth
in paragraph (1) of Section VI is computed includes the cost of
material and manufactured products which are to be
purchased or produced by the contractor under the contract
provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the
contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is
not applicable to design -build contracts; however, contracting
agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
T h i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR 635). The
contractor shall provide all safeguards, safety devices and
protective equipment and take any other needed actions as it
determines, or as the contracting officer may determine, to be
reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to
protect property in connection with the performance of the
work covered by the contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any
subcontractor shall not permit any employee, in performance
of the contract, to work in surroundings or under conditions
which are unsanitary, hazardous or dangerous to his/her
health or safety, as determined under construction safety and
health standards (29 CFR 1926) promulgated by the Secretary
of Labor, in accordance with Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract
performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40
U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
T h i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made
by engineers, contractors, suppliers, and workers on Federal -
aid highway projects, it is essential that all persons concerned
with the project perform their functions as carefully, thoroughly,
and honestly as possible. Willful falsification, distortion, or
misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of these and
similar acts, Forth FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more
places where it is readily available to all persons concerned
with the project:
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, fine, or corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of the material used or to
be used, or the quantity or quality of the work performed or to
be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs
of construction on any highway or related project submitted for
approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to
be performed, or materials furnished or to be furnished, in
connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate,
or report submitted pursuant to provisions of the Federal -aid
Roads Act approved July 1, 1916, (39 Stat. 355), as amended
and supplemented;
Shall be fined under this title or imprisoned not more than 5
years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this
contract, or subcontract, as appropriate, the bidder, proposer,
Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an
award due to a violation of Section 508 of the Clean Water Act
or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be
included the requirements of paragraph (1) of this Section X in
every subcontract, and further agrees to take such action as
the contracting agency may direct as a means of enforcing
such requirements.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts, purchase orders, lease agreements, consultant
contracts or any other covered transaction requiring FHWA
approval or that is estimated to cost $25,000 or more — as
defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants
a. By signing and submitting this proposal, the prospective
first tier participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification
set out below. The certification or explanation will be
considered in connection with the department or agency's
determination whether to enter into this transaction. However,
failure of the prospective first tier participant to furnish a
certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered
an erroneous certification, in addition to other remedies
available to the Federal Government, the contracting agency
may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide
immediate written notice to the contracting agency to whom
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
Transactions" refers to any covered transaction between a
grantee or subgrantee of Federal funds and a participant (such
as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First
Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred,
suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized by
the department or agency entering into this transaction.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transactions,"
provided by the department or contracting agency, entering
into this covered transaction, without modification, in all lower
tier covered transactions and in all solicitations for lower tier
covered transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (httos:11www.eals.rtovl), which is
compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to
require the establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause
or default.
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency;
(2) Have not within a three-year period preceding this
proposal been convicted of or had a civil judgment rendered
against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing
a public (Federal, State or local) transaction or contract under
a public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph (a)(2) of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to
any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants
(Applicable to all subcontracts, purchase orders and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department, or agency with which
this transaction originated may pursue available remedies,
including suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances.
d. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. You may contact the person to
which this proposal is submitted for assistance in obtaining a
copy of those regulations. "First Tier Covered Transactions"
refers to any covered transaction between a grantee or
subgrantee of Federal funds and a participant (such as the
prime or general contract). "Lower Tier Covered Transactions"
refers to any covered transaction under a First Tier Covered
Transaction (such as subcontracts). "First Tier Participant'
refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
(such as the prime or general contractor). "Lower Tier
Participant' refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions exceeding
the $25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (httos:llwww.eo1s.aov1), which is
compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
10
department or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion --Lower Tier
Participants:
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts which exceed
$100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form-LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
11
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS
This provision is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1 c) shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the
information submitted by the contractor in the original job order
is substantially modified, the participant shall promptly notify
the State Employment Service.
3. The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1c)
above.
5. The provisions of 23 CFR 633 207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
6. The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on -site work.
12
5/18/2021
SAM.gov
"General Decision Number: WA20210001 02/26/2021
Superseded General Decision Number: WA20200001
State: Washington
Construction Type: Highway
Counties: Washington Statewide.
HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin
Counties)
Note: Under Executive Order (ED) 13658, an hourly minimum wage
of $10.95 for calendar year 2021 applies to all contracts
subject to the Davis -Bacon Act for which the contract is
awarded (and any solicitation was issued) on or after January
1, 2015. If this contract is covered by the ED, the contractor
must pay all workers in any classification listed on this wage
determination at least $10.95 per hour (or the applicable wage
rate listed on this wage determination, if it is higher) for
all hours spent performing on the contract in calendar year
2021. If this contract is covered by the ED and a
classification considered necessary for performance of work on
the contract does not appear on this wage determination, the
contractor must pay workers in that classification at least the
wage rate determined through the conformance process set forth
in 29 CFR 5.5(a)(1)(ii) (or the ED minimum wage rate,if it is
higher than the conformed wage rate). The ED minimum wage rate
will be adjusted annually. Please note that this ED applies to
the above -mentioned types of contracts entered into by the
federal government that are subject to the Davis -Bacon Act
itself, but it does not apply to contracts subject only to the
Davis -Bacon Related Acts, including those set forth at 29 CFR
5.1(a)(2)-(60). Additional information on contractor
requirements and worker protections under the ED is available
at www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/01/2021
1 01/22/2021
2 02/12/2021
3 02/26/2021
CARP0003-006 06/01/2018
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west
to Willapa Bay to the Pacific Ocean), SKAMANIA, and WAHKIAKUM
Counties.
Rates Fringes
Carpenters:
CARPENTERS ..................$
37.64
16.83
DIVERS TENDERS ..............$
43.73
16.83
DIVERS ......................$
87.73
16.83
DRYWALL .....................$
37.64
16.83
MILLWRIGHTS .................$
38.17
16.83
PILEDRIVERS .................$
38.71
16.83
hftps://beta.sam.gov/wage-determination[WA20210001/3 1 /39
5/18/2021
SAM.gov
DEPTH PAY:
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET
151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND
VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from
Longview Local #1707 and mileage shall be computed from
that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
----------------------------------------------------------------
CARP0030-004 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM Counties
Rates Fringes
CARPENTER
BRIDGE CARPENTERS ...........
$ 46.92
18.02
CARPENTERS ON CREOSOTE
MATERIAL ....................$
47.02
18.02
CARPENTERS ..................$
46.92
18.02
DIVERS TENDER ...............$
51.89
18.02
DIVERS ............... .......
$ 100.78
18.02
MILLWRIGHT AND MACHINE
ERECTORS ....................$
48.42
18.02
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING ........
$ 47.17
18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
hftps://beta.sam.gov/wage-determination/WA20210001/3 2/39
5/18/2021
SAM.gov
Seattle
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
CARP0059-002 06/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian),
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of
120th meridian), KITTITAS (East of 120th meridian), LINCOLN,
OKANOGAN (East of 120th meridian), PEND OREILLE, SPOKANE,
STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th
meridian) Counties
Rates Fringes
CARPENTER
GROUP
1— ................... $
35.47
16.88
GROUP
2.....................$
47.42
18.96
GROUP
3.....................$
36.66
16.88
GROUP
4.....................$
36.66
16.88
GROUP
5.....................$
83.96
16.88
GROUP
6.....................$
40.23
16.88
GROUP
7.....................$
41.23
16.88
GROUP
8.....................$
37.66
16.88
GROUP
9.....................$
44.23
16.88
CARPENTER & DIVER CLASSIFICATIONS:
GROUP 1: Carpenter
GROUP 2: Millwright, Machine Erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated
material, on all piling
GROUP 4: Bridge, Dock, and Wharf carpenters
GROUP 5: Diver Wet
GROUP 6: Diver Tender, Manifold Operator, ROV Operator
https://beta.sam.gov/wage-determinationMA20210001/3 3/39
5/18/2021
SAM.gov
GROUP 7: Diver Standby
GROUP 8: Assistant Diver Tender, ROV Tender/Technician
GROUP 9: Manifold Operator -Mixed Gas
ZONE PAY:
ZONE 1 0-45 MILES FREE
ZONE 2 45-100 $4.00/PER HOUR
ZONE 3 OVER 100 MILES $6.00/PER HOUR
DISPATCH POINTS:
CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main
Post Office of established residence of employee (Whichever
is closest to the worksite).
CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of
established residence of employee (Whichever is closest to
the worksite).
DEPTH PAY FOR DIVERS BELOW WATER SURFACE:
50-100 feet $2.00 per foot
101-150 feet $3.00 per foot
151-220 feet $4.00 per foot
221 feet and deeper $5.00 per foot
PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT:
0-25 feet Free
26-300 feet $1.00 per Foot
SATURATION DIVING:
The standby rate applies until saturation starts. The
saturation diving rate applies when divers are under
pressure continuously until work task and decompression are
complete. the diver rate shall be paid for all saturation
hours.
WORK IN COMBINATION OF CLASSIFICATIONS:
Employees working in any combination of classifications
within the diving crew (except dive supervisor) in a shift
are paid in the classification with the highest rate for
that shift.
HAZMAT PROJECTS:
Anyone working on a HAZMAT job (task), where HAZMAT
certification is required, shall be compensated at a
premium, in addition to the classification working in as
follows:
LEVEL D + $.25 per hour - This is the lowest level of
protection. No respirator is used and skin protection is
https:Hbeta.sam.gov/wage-determination/WA20210001/3 4/39
5/18/2021
SAM.gov
minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit"".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self-contained breathing apparatus
or a supplied air line.
----------------------------------------------------------------
CARP0770-003 06/01/2020
WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES:
CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA
Rates Fringes
CARPENTER
CARPENTERS ON CREOSOTE
MATERIAL ....................$
47.02
18.02
CARPENTERS ..................$
46.92
18.02
DIVERS TENDER ...............$
51.89
18.02
DIVERS ......................$
100.78
18.02
MILLWRIGHT AND MACHINE
ERECTORS ....................$
48.42
18.02
PILEDRIVER, DRIVING,
PULLING, CUTTING, PLACING
COLLARS, SETTING, WELDING
OR CRESOTE TREATED
MATERIAL, ALL PILING ........
$ 47.17
18.02
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL
CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Seattle
Olympia
Bellingham
Auburn
Bremerton
Anacortes
Renton
Shelton
Yakima
Aberdeen-Hoquiam
Tacoma
Wenatchee
Ellensburg
Everett
Port Angeles
Centralia
Mount Vernon
Sunnyside
Chelan
Pt. Townsend
Zone Pay:
0 -25 radius miles Free
26-35 radius miles $1.00/hour
36-45 radius miles $1.15/hour
46-55 radius miles $1.35/hour
Over 55 radius miles $1.55/hour
(HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT
AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union Hall,
Tacoma City center, and Everett City center
Zone Pay:
hftps://beta.sam.gov/wage-determination/WA20210001/3 5/39
5/18/2021
SAM.gov
0 -25 radius miles Free
26-45 radius miles $ .70/hour
Over 45 radius miles $1.50/hour
----------------------------------------------------------------
* ELECOO46-001 02/21/2021
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 66.90 3%+23.66
ELECTRICIAN ......................$ 60.82 3%+23.66
----------------------------------------------------------------
* ELECOO48-003 01/01/2021
CLARK, KLICKITAT AND SKAMANIA COUNTIES
Rates Fringes
CABLE SPLICER ............ ........ $ 44.22 21.50
ELECTRICIAN ......................$ 50.35 25.48
HOURLY ZONE PAY:
Hourly Zone Pay shall be paid on jobs located outside of the
free zone computed from the city center of the following
listed cities:
Portland, The Dalles, Hood River, Tillamook, Seaside and
Astoria
Zone Pay:
Zone 1: 31-50 miles $1.50/hour
Zone 2: 51-70 miles $3.50/hour
Zone 3: 71-90 miles $5.50/hour
Zone 4: Beyond 90 miles $9.00/hour
*These are not miles driven. Zones are based on Delorrne
Street Atlas USA 2006 plus.
----------------------------------------------------------------
ELECOO48-029 01/01/2021
COWLITZ AND WAHKIAKUM COUNTY
Rates Fringes
CABLE SPLICER ....................$ 44.22 21.50
ELECTRICIAN ...................... $ 50.35 25.48
----------------------------------------------------------------
ELECOO73-001 07/01/2020
ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN
COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 34.10 16.68
ELECTRICIAN ......................$ 37.65 19.68
----------------------------------------------------------------
ELECOO76-002 08/31/2020
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
hftps://beta.sam.gov/wage-determination/WA20210001/3 6/39
5/1812021
SAM.gov
COUNTIES
Rates Fringes
CABLE SPLICER.. ..................$ 53.15 23.81
ELECTRICIAN ......................$ 48.32 23.67
ELEC0112-005 06/01/2020
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA
WALLA, YAKIMA COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 50.45 22.27
ELECTRICIAN ......................$ 48.05 22.12
----------------------------------------------------------------
ELEC0191-003 06/01/2020
ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 44.23 17.73
ELECTRICIAN ......................$ 47.95 26.16
----------------------------------------------------------------
ELEC0191-004 06/01/2018
CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES
Rates Fringes
CABLE SPLICER ....................$ 40.82 17.63
ELECTRICIAN ......................$ 42.45 21.34
----------------------------------------------------------------
ENGI0302-003 06/01/2020
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN),
SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE
120TH MERIDIAN) COUNTIES
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
Group
1A...................$
48.41
22.47
Group
1AA..................$
49.13
22.47
Group
1AAA.................$
49.83
22.47
Group
1.....................$
47.70
22.47
Group
2......4..............$
47.08
22.47
Group
3.....................$
46.55
22.47
Group
4.....................
$ 43.54
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) - $1.00
Zone 3 (Over 45 radius miles) - $1.30
https://beta.sam.gov/wage-determination/WA20210001/3 7/39
5/18/2021
SAM.gov
BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent,
Mount Vernon, Port Angeles, Port Townsend, Seattle,
Shelton, Wenatchee, Yakima
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft
in height, base to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9, HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon;
Scrapers -self propelled 45 yards and over; Slipform pavers;
Transporters, all truck or track type
GROUP 2 - Barrier machine (zipper); Batch Plant Operaor-
Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -overhead, bridge type-20 tons through 44
tons; Chipper; Concrete Pump -truck mount with boom
attachment; Crusher; Deck Engineer/Deck Winches (power);
Drilling machine; Excavator, shovel, backhoe-3yards and
under; Finishing Machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Horizontal/directional drill
operator; Loaders -overhead under 6 yards; Loaders -plant
feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant;
Motor patrol graders -finishing; Piledriver (other than
crane mount); Roto-mill,roto-grinder; Screedman, spreader,
topside operator-Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard
tail end dump, articulating off -road equipment -under 45
yards; Subgrade trimmer; Tractors, backhoes-over 75 hp;
Transfer material service machine -shuttle buggy, blaw
knox-roadtec; Truck crane oiler/driver-100 tons and over;
Truck Mount portable conveyor; Yo Yo Pay dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
A -frame crane over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozers-D-9 and under; Forklift-3000 lbs.
and over with attachments; Horizontal/directional drill
locator; Outside hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loader -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pumps -concrete; Roller, plant mix or multi -lift materials;
Saws -concrete; Scrpers-concrete and carry -all; Service
engineer -equipment; Trenching machines; Truck Crane
Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and
under
hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 8/39
5/1812021
SAM.gov
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete finish mahine-laser screed; Cranes -A frame-10 tons
and under; Elevator and Manlift-permanent or shaft type;
Gradechecker, Stakehop; Forklifts under 3000 lbs. with
attachments; Hydralifts/boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Posthole digger, mechanical;
Power plant; Pumps, water; Rigger and Bellman; Roller -other
than plant mix; Wheel Tractors, farmall type;
Shotcrete/gunite equipment operator
HANDLING OF HAZARDOUS WASTE MATERIALS:
Personnel in all craft classifications subject to working
inside a federally designated hazardous perimeter shall be
elgible for compensation in accordance with the following
group schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour.
----------------------------------------------------------------
ENGI0370-002 07/01/2019
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,
FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH
MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN
AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
28.46
17.25
GROUP
2.....................$
28.78
17.25
GROUP
3.....................$
29.39
17.25
GROUP
4.....................$
29.55
17.25
GROUP
5.....................$
29.71
17.25
GROUP
6.....................$
29.99
17.25
GROUP
7.....................$
30.26
17.25
GROUP
8.....................$
31.36
17.25
ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Pasco, Washington;
Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Pasco,
Washington; Lewiston, Idaho
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck
https://beta.sam.gov/wage-determinationfWA20210001/3 9/39
5/18/2021
SAM.gov
Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher,
Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine;
Pumpman; Rollers, all types on subgrade, including seal and
chip coatings (farm type, Case, John Deere & similar, or
Compacting Vibrator), except when pulled by Dozer with
operable blade; Welding Machine; Crane Oiler -Driver (CLD
required) & Cable Tender, Mucking Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
Plant (under 1000 ton); Assistant Plant Operator, Fireman
or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt
Finishing Machine; Blower Operator (cement); Cement Hog;
Compressor (2000 CFM or over, 2 or more, gas diesel or
electric power); Concrete Saw (multiple cut); Distributor
Leverman; Ditch Witch or similar; Elevator Hoisting
Materials; Dope Pots (power agitated); Fork Lift or Lumber
Stacker, hydra -lift & similar; Gin Trucks (pipeline);
Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable -concrete);
Pavement Breaker, Hydra -Hammer & similar; Power Broom;
Railroad Ballast Regulation Operator (self-propelled);
Railroad Power Tamper Operator (self-propelled); Railroad
Tamper Jack Operator (self-propelled; Spray Curing Machine
(concrete); Spreader Box (self-propelled); Straddle Buggy
(Ross & similar on construction job only); Tractor (Farm
type R/T with attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
Backfillers (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar);
Bending Machine; Bob Cat (Skid Steer); Boring Machine
(earth); Boring Machine (rock under 8 inch bit) (Quarry
Master, Joy or similar); Bump Cutter (Wayne, Saginau or
similar); Canal Lining Machine (concrete); Chipper (without
crane); Cleaning & Doping Machine (pipeline); Deck
Engineer; Elevating Belt -type Loader (Euclid, Barber Green
& similar); Elevating Grader -type Loader (Dumor, Adams or
similar); Generator Plant Engineers (diesel or electric);
Gunnite Combination Mixer & Compressor; Locomotive
Engineer; Mixermobile; Mucking Machine; Posthole Auger or
Punch; Pump (grout or jet); Soil Stabilizer (P & H or
similar); Spreader Machine; Dozer/Tractor (up to D-6 or
equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump-
crete, Whitman & similar); Curb Extruder (asphalt or
concrete); Drills (churn, core, calyx or diamond);
Equipment Serviceman; Greaser & Oiler; Hoist (2 or more
drums or Tower Hoist); Loaders (overhead & front-end, under
4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton);
Rubber -tired Skidders (R/T with or without attachments);
Surface Heater & Plant Machine; Trenching Machines (under 7
ft. depth capacity); Turnhead (with re -screening); Vacuum
Drill (reverse circulation drill under 8 inch bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under
3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes
(25 tons & under), all attachments including clamshell,
dragline; Derricks & Stifflegs (under 65 tons); Drilling
Equipment(8 inch bit & over) (Robbins, reverse circulation
& similar); Hoe Ram; Piledriving Engineers; Paving (dual
drum); Railroad Track Liner Operaotr (self-propelled);
hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 10/39
5/18/2021
SAM.gov
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar); Grade Checker
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches
& Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade
wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes
& Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units);
Batch & Wet Mix Operator (multiple units, 2 & incl. 4);
Blade Operator (motor patrol & attachments); Cable
Controller (dispatcher); Compactor (self-propelled with
blade); Concrete Pump Boom Truck; Concrete Slip Form Paver;
Cranes (over 25 tons, to and including 45 tons), all
attachments including clamshell, dragline; Crusher, Grizzle
& Screening Plant Operator; Dozer, 834 R/T & similar; Drill
Doctor; Loader Operator (front-end & overhead, 4 yds. incl.
8 yds.); Multiple Dozer Units with single blade; Paving
Machine (asphalt and concrete); Quad -Track or similar
equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber -tired;
Screed Operator; Shovel(under 3 yds.); Trenching Machines
(7 ft. depth & over); Tug Boat Operator Vactor guzzler,
super sucker; Lime Batch Tank Operator (REcycle Train);
Lime Brain Operator (Recycle Train); Mobile Crusher
Operator (Recycle Train)
GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds
& over); Blade (finish & bluetop) Automatic, CMI, ABC,
Finish Athey & Huber & similar when used as automatic;
Cableway Operators; Concrete Cleaning/Decontamination
machine operator; Cranes (over 45 tons to but not including
85 tons), all attachments including clamshell and dragine;
Derricks & Stiffleys (65 tons & over); Elevating Belt
(Holland type); Heavy equipment robotics operator; Loader
(360 degrees revolving Koehring Scooper or similar);
Loaders (overhead & front-end, over 8 yds. to 10 yds.);
Rubber -tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads,
ALL. H.D. Mechanic; H.D. Welder; Hydraulic Platform
Trailers (Goldhofer, Shaurerly andSimilar); Ultra High
Pressure Wateriet Cutting Tool System Operator (30,000
psi); Vacuum Blasting Machine Operator
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead,rail and tower), all attachments including
clamshell, dragline; Loaders (overhead and front-end, 10
yards and over); Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180 ft to 250 ft $ .50 over scale
Over 250 ft $ .80 over scale
NOTE:
In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT:
Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
ENGI0612-001 06/01/2020
PIERCE County
https://beta.sam.gov/wage-determination/WA20210001/3 11/39
5/18/2021
SAM.gov
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
49.50
22.47
GROUP
1AA..................$
50.22
22.47
GROUP
1AAA.................$
50.94
22.47
GROUP
1.....................$
48.77
22.47
GROUP
2.....................$
48.15
22.47
GROUP
3........... ..........
$
47.60
22.47
GROUP
4.....................$
44.55
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) _ $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
https:Hbeta.sam.gov/wage-determinationMA20210001/3 12/39
5/18/2021 SAM.gov
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing, Class ""D"" Suit - Base
wage rate plus $ .50 per hour.
H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour.
H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour.
H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour.
ENGI0612-012 06/01/2020
LEWIS, PACIFIC (portion lying north of a parallel line
extending west from the northern boundary of Wahkaikum County
to the sea) AND THURSTON COUNTIES
https://beta.sam.gov/wage-determinationfWA20210001/3 13/39
5/18/2021
SAM.gov
ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH
GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.
ON ALL OTHER WORK, THE FOLLOWING RATES APPLY.
Zone 1 (0-25 radius miles):
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1A...................$
48.41
22.47
GROUP
1AA..................$
49.13
22.47
GROUP
1AAA.................$
49.83
22.47
GROUP
1.....................$
47.70
22.47
GROUP
2.....................$
47.08
22.47
GROUP
3.....................$
46.55
22.47
GROUP
4.....................$
43.54
22.47
Zone Differential (Add to Zone 1 rates):
Zone 2 (26-45 radius miles) _ $1.00
Zone 3 (Over 45 radius miles) - $1.30
BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom
(including jib with attachments)
GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom
(including jib with attachments; Tower crane over 175 ft in
height, bas to boom
GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom
(including jib with attachments); Crane -overhead, bridge
type, 100 tons and over; Tower crane up to 175 ft in height
base to boom; Loaders -overhead, 8 yards and over; Shovels,
excavator, backhoes-6 yards and over with attachments
GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft
of boom (including jib with attachments); Crane -overhead,
bridge type, 45 tons thru 99 tons; Derricks on building
work; Excavator, shovel, backhoes over 3 yards and under 6
yards; Hard tail end dump articulating off -road equipment
45 yards and over; Loader- overhead, 6 yards to, but not
including, 8 yards; Mucking machine, mole, tunnel, drill
and/or shield; Quad 9 HD 41, D-10; Remote control operator
on rubber tired earth moving equipment; Rollagon; Scrapers -
self -propelled 45 yards and over; Slipform pavers;
Transporters, all track or truck type
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with
attachments; Crane -Overhead, bridge type, 20 tons through
44 tons; Chipper; Concrete pump -truck mount with boom
attachment; Crusher; Deck engineer/deck winches (power);
Drilling machine; Excavator, shovel, backhoe-3 yards and
under; Finishing machine, Bidwell, Gamaco and similar
equipment; Guardrail punch; Loaders, overhead under 6
yards; Loaders -plant feed; Locomotives -all; Mechanics- all;
Mixers, asphalt plant; Motor patrol graders, finishing;
Piledriver (other than crane mount); Roto-mill, roto-
grinder; Screedman, spreader, topside operator-Blaw Knox,
Cedar Rapids, Jaeger, Caterpillar, Barbar Green;
Scraper -self- propelled, hard tail end dump, articulating
https://beta.sam.gov/wage-determinationMA20210001/3 14/39
5/18/2021
SAM.gov
off -road equipment- under 45 yards; Subgrader trimmer;
Tractors, backhoe over 75 hp; Transfer material service
machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane
oiler/driver-100 tons and over; Truck Mount Portable
Conveyor; Yo Yo pay
GROUP 3 - Conveyors; Cranes through 19 tons with attachments;
Crane -A -frame over 10 tons; Drill oilers -auger type, truck
or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and
over with attachments; Horizontal/directional drill
locator; Outside Hoists -(elevators and manlifts), air
tuggers, strato tower bucket elevators; Hydralifts/boom
trucks over 10 tons; Loaders -elevating type, belt; Motor
patrol grader-nonfinishing; Plant oiler- asphalt, crusher;
Pump -Concrete; Roller, plant mix or multi-lfit materials;
Saws -concrete; Scrapers, concrete and carry all; Service
engineers -equipment; Trenching machines; Truck crane
oiler/driver under 100 tons; Tractors, backhoe under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes A -frame 10
tons and under; Elevator and manlift (permanent and shaft
type); Forklifts -under 3000 lbs. with attachments;
Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and
under; Oil distributors, blower distribution and mulch
seeding operator; Pavement breaker; Posthole
digger -mechanical; Power plant; Pumps -water; Rigger and
Bellman; Roller -other than plant mix; Wheel Tractors,
farmall type; Shotcrete/gunite equipment operator
FOOTNOTE A- Reduced rates may be paid on the following:
1. Projects involving work on structures such as buildings
and bridges whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of
the contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities
excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all
craft classifications subject to working inside a federally
designated hazardous perimeter shall be elgible for
compensation in accordance with the following group
schedule relative to the level of hazardous waste as
outlined in the specific hazardous waste project site
safety plan.
H-1 Base wage
outfitted with
wage rate plus
H-2 Class ""C""
H-3 Class ""B""
H-4 Class ""A""
rate when on a hazardous waste site when not
protective clothing, Class ""D"" Suit - Base
$ .50 per hour.
Suit - Base wage
Suit - Base wage
Suit - Base wage
rate plus $1.00 per hour.
rate plus $1.50 per hour.
rate plus $2.00 per hour.
----------------------------------------------------------------
ENGI0701-002 01/01/2018
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER RQUIPMENT OPERATORS: ZONE 1
https://beta.sam.gov/wage-determination[WA20210001/3 15/39
5/18/2021
SAM.gov
Rates Fringes
POWER EQUIPMENT OPERATOR
GROUP
1.....................$
41.65
14.35
GROUP
1A....................$
43.73
14.35
GROUP
1B....................$
45.82
14.35
GROUP
2.....................$
39.74
14.35
GROUP
3.....................$
38.59
14.35
GROUP
4.....................$
37.51
14.35
GROUP
5.....................$
36.27
14.35
GROUP
6.....................$
33.05
14.35
Zone Differential (add to Zone 1 rates):
Zone 2 - $3.00
Zone 3 - $6.00
For the following metropolitan counties: MULTNOMAH;
CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA;
CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS
INDICATED:
All jobs or projects located in Multnomah, Clackamas and
Marion Counties, West of the western boundary of Mt. Hood
National Forest and West of Mile Post 30 on Interstate 84
and West of Mile Post 30 on State Highway 26 and West of
Mile Post 30 on Highway 22 and all jobs or projects located
in Yamhill County, Washington County and Columbia County
and all jobs or porjects located in Clark & Cowlitz County,
Washington except that portion of Cowlitz County in the Mt.
St. Helens ""Blast Zone"" shall receive Zone I pay for all
classifications.
All jobs or projects located in the area outside the
identified boundary above, but less than 50 miles from the
Portland City Hall shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
Portland City Hall, but outside the identified border
above, shall receive Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE;
GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the
respective city hall of the above mentioned cities shall
receive Zone I pay for all classifications.
All jobs or projects located more than 30 miles and less than
50 miles from the respective city hall of the above
mentioned cities shall receive Zone II pay for all
classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall
receive Zone III pay for all classifications.
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
Group 1
Concrete Batch Plan and or Wet mix three (3) units or more;
Crane, Floating one hundred and fifty (150) ton but less
than two hundred and fifty (250) ton; Crane, two hundred
hftps://beta.sam.gov/wage-determination[WA20210001/3 16/39
5/18/2021
SAM.gov
(200) ton through two hundred ninety nine (299) ton with
two hundred foot (200') boom or less (including jib,
inserts and/or attachments); Crane, ninety (90) ton through
one hundred ninety nine (199) ton with over two hundred
(200') boom Including jib, inserts and/or attachments);
Crane, Tower Crane with one hundred seventy five foot
(175') tower or less and with less than two hundred foot
(200') jib; Crane, Whirley ninety (90) ton and over;
Helicopter when used in erecting work
Group 1A
Crane, floating two hundred fifty (250) ton and over; Crane,
two hundred (200) ton through two hundred ninety nine
(299) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Crane, three
hundred (300) ton through three hundred ninety nine (399)
ton; Crane, Tower Crane with over one hundred seventy five
foot (175') tower or over two hundred foot (200') jib;
Crane, tower Crane on rail system or 2nd tower or more in
work radius
Group 1B
Crane, three hundred (300) ton through three hundred ninety
nine (399) ton, with over two hundred foot (200') boom
(including jib, inserts and/or attachments); Floating
crane, three hundred fifty (350) ton and over; Crane, four
hundred (400) ton and over
Group 2
Asphalt Plant (any type); Asphalt Roto-Mill, pavement
profiler eight foot (8') lateral cut and over; Auto Grader
or ""Trimmer""; Blade, Robotic; Bulldozer, Robotic Equipment
(any type); Bulldozer, over one hundred twenty thousand
(120,000) lbs. and above; Concrete Batch Plant and/or Wet
Mix one (1) and two (2) drum; Concrete Diamond Head
Profiler; Canal Trimmer; Concrete, Automatic Slip Form
Paver (Assistant to the Operator required); Crane, Boom
Truck fifty (50) ton and with over one hundred fifty foot
(150') boom and over; Crane, Floating (derrick barge)
thirty (30) ton but less than one hundred fifty (150) ton;
Crane, Cableway twenty-five (25) ton and over; Crane,
Floating Clamshell three (3) cu. Yds. And over; Crane,
ninety (90) ton through one hundred ninety nine (199) ton
up to and including two hundred foot (200') of boom
(including jib inserts and/or attachments); Crane, fifty
(50) ton through eighty nine (89) ton with over one hundred
fifty foot (150') boom (including jib inserts and/or
attachments); Crane, Whirley under ninety (90) ton; Crusher
Plant; Excavator over one hundred thirty thousand (130,000)
lbs.; Loader one hundred twenty thousand (120,000) lbs. and
above; Remote Controlled Earth Moving Equipment; Shovel,
Dragline, Clamshell, five (5) cu. Yds. And over; Underwater
Equipment remote or otherwise, when used in construction
work; Wheel Excavator any size
Group 3
Bulldozer, over seventy thousand (70,000) lbs. up to and
including one hundred twenty thousand (120,000) lbs.;
Crane, Boom Truck fifty (50) ton and over with less than
one hundred fifty foot (150') boom; Crane, fifty (50) ton
through eighty nine (89) ton with one hundred fifty foot
(150') boom or less (including jib inserts and/or
attachments); Crane, Shovel, Dragline or Clamshell three
(3) cu. yds. but less than five (5) cu. Yds.; Excavator
https:Hbeta.sam.gov/wage-determinationfWA20210001/3 17/39
5/18/2021
SAM.gov
over eighty thousand (80,000) lbs. through one hundred
thirty thousand (130,000) lbs.; Loader sixty thousand
(60,000) lbs. and less than one hundred twenty thousand
(120,000) lbs.
Group 4
Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement
profiler, under eight foot (8') lateral cut; Asphalt,
Material Transfer Vehicle Operator; Back Filling Machine;
Backhoe, Robotic, track and wheel type up to and including
twenty thousand (20,000) lbs. with any attachments; Blade
(any type); Boatman; Boring Machine; Bulldozer over twenty
thousand (20,000) lbs. and more than one hundred (100)
horse up to seventy thousand (70,000) lbs.; Cable -Plow (any
type); Cableway up to twenty five (25) ton; Cat Drill (John
Henry); Chippers; Compactor, multi -engine; Compactor,
Robotic; Compactor with blade self-propelled; Concrete,
Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile;
Concrete, Paving Road Mixer; Concrete, Reinforced Tank
Banding Machine; Crane, Boom Truck twenty (20) ton and
under fifty (50) ton; Crane, Bridge Locomotive, Gantry and
Overhead; Crane, Carry Deck; Crane, Chicago Boom and
similar types; Crane, Derrick Operator, under one hundred
(100) ton; Crane, Floating Clamshell, Dragline, etc.
Operator, under three (3) cu. yds. Or less than thirty (30)
ton; Crane, under fifty (50) ton; Crane, Quick Tower under
one hundred foot (100') in height and less than one hundred
fifty foot (150') jib (on rail included); Diesel -Electric
Engineer (Plant or Floating); Directional Drill over twenty
thousand (20,000) lbs. pullback; Drill Cat Operator; Drill
Doctor and/or Bit Grinder; Driller, Percussion, Diamond,
Core, Cable, Rotary and similar type; Excavator Operator
over twenty thousand (20,000) lbs. through eighty thousand
(80,000) lbs.; Generator Operator; Grade -all; Guardrail
Machines, i.e. punch, auger, etc.; Hammer Operator
(Piledriver); Hoist, stiff leg, guy derrick or similar
type, fifty (50) ton and over; Hoist, two (2) drums or
more; Hydro Axe (loader mounted or similar type); Jack
Operator, Elevating Barges, Barge Operator, self -unloading;
Loader Operator, front end and overhead, twenty five
thousand (25,000) lbs. and less than sixty thousand
(60,000) lbs.; Log Skidders; Piledriver Operator (not crane
type); Pipe, Bending, Cleaning, Doping and Wrapping
Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired
Dozers and Pushers; Scraper, all types; Side -Boom; Skip
Loader, Drag Box; Strump Grinder (loader mounted or similar
type); Surface Heater and Planer; Tractor, rubber -tired,
over fifty (50) HP Flywheel; Trenching Machine three foot
(3') depth and deeper; Tub Grinder (used for wood debris);
Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine;
Ultra High Pressure Water Jet Cutting Tool System Operator;
Vacuum Blasting Machine Operator; Water pulls, Water wagons
Group 5
Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt
mix); Asphalt, Roto-Mill pavement profiler ground man;
Bulldozer, twenty thousand (20,000) lbs. or less, or one
hundred (100) horse or less; Cement Pump; Chip Spreading
Machine; Churn Drill and Earth Boring Machine; Compactor,
self-propelled without blade; Compressor, (any power) one
thousand two hundred fifty (1,250) cu. ft. and over, total
capacity; Concrete, Batch Plant Quality control; Concrete,
Combination Mixer and compressor operator, gunite work;
hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 18/39
5/18/2021
SAM.gov
Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb
and Gutter; Concrete, Finishing Machine; Concrete, Grouting
Machine; Concrete, Internal Full Slab Vibrator Operator;
Concrete, Joint Machine; Concrete, Mixer single drum, any
capacity; Concrete, Paving Machine eight foot (8') or less;
Concrete, Planer; Concrete, Pump; Concrete, Pump Truck;
Concrete, Pumperete Operator (any type); Concrete, Slip
Form Pumps, power driven hydraulic lifting device for
concrete forms; Conveyored Material Hauler; Crane, Boom
Truck under twenty (20) tons; Crane, Boom Type lifting
device, five (5) ton capacity or less; Drill, Directional
type less than twenty thousand (20,000) lbs. pullback; Fork
Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist
Operator, single drum; Hydraulic Backhoe track type up to
and including twenty thousand (20,000) lbs.; Hydraulic
Backhoe wheel type (any make); Laser Screed; Loaders,
rubber -tired type, less than twenty five thousand (25,000)
lbs.; Pavement Grinder and/or Grooving Machine (riding
type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer
or similar types; Pump Operator, more than five (5) pumps
(any size); Rail, Ballast Compactor, Regulator, or Tamper
machines; Service Oiler (Greaser); Sweeper Self -Propelled;
Tractor, Rubber -Tired, fifty (50) HP flywheel and under;
Trenching Machine Operator, maximum digging capacity three
foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power
Jumbo setting slip forms, etc.
Group 6
Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck
Mounted Asphalt Spreader, with Screed; Auger Oiler;
Boatman; Bobcat, skid steed (less than one (1) yard);
Broom, self-propelled; Compressor Operator (any power)
under 1,250 cu. ft. total capacity; Concrete Curing Machine
(riding type); Concrete Saw; Conveyor Operator or
Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler;
Deckhand; Drill, Directional Locator; Fork Lift; Grade
Checker; Guardrail Punch Oiler; Hydrographic Seeder
Machine, straw, pulp or seed; Hydrostatic Pump Operator;
Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump
(any power); Rail, Brakeman, Switchman, Motorman; Rail,
Tamping Machine, mechanical, self-propelled; Rigger; Roller
grading (not asphalt); Truck, Crane Oiler -Driver
IRON0014-005 07/01/2020
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 34.59 30.10
----------------------------------------------------------------
IRON0029-002 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM
COUNTIES
Rates Fringes
IRONWORKER .......................$ 39.10 29.75
https://beta.sam.gov/wage-determination/WA20210001/3 19/39
5/18/2021
SAM.gov
----------------------------------------------------------------
IRON0086-002 07/01/2020
YAKIMA, KITTITAS AND CHELAN COUNTIES
Rates Fringes
IRONWORKER .......................$ 34.59 30.10
----------------------------------------------------------------
IRON0086-004 07/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES
Rates Fringes
IRONWORKER .......................$ 43.95 31.00
----------------------------------------------------------------
LAB00238-004 06/01/2020
PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th
Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE,
STEVENS & WHITMAN COUNTIES
Rates Fringes
LABORER (PASCO)
GROUP
1.....................$
26.69
13.65
GROUP
2.....................$
28.79
13.65
GROUP
3.....................$
29.06
13.65
GROUP
4.....................$
29.33
13.65
GROUP
5.....................$
29.61
13.65
LABORER (SPOKANE)
GROUP
1.....................$
26.69
13.65
GROUP
2.....................$
28.79
13.65
GROUP
3.....................$
29.06
13.65
GROUP
4............ .........
$ 29.33
13.65
GROUP
5.....................
$ 29.61
13.65
Zone Differential (Add to Zone 1 rate): $2.00
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office. .
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic
Control Maintenance Laborer (to include erection and
maintenance of barricades, signs and relief of flagperson);
Window Washer/Cleaner (detail cleanup, such as, but not
limited to cleaning floors, ceilings, walls, windows, etc.
prior to final acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder;
Carpenter Tender; Cement Handler; Clean-up Laborer;
Concrete Crewman (to include stripping of forms, hand
operating jacks on slip form construction, application of
concrete curing compounds, pumperete machine, signaling,
https://beta.sam.gov/wage-determinationfWA20210001/3 20/39
5/18/2021
SAM.gov
handling the nozzle of squeezcrete or similar machine,6
inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean-up,
burning, loading, wrecking and salvage of all material);
Dumpman; Fence Erector; Firewatch; Form Cleaning Machine
Feeder, Stacker; General Laborer; Grout Machine Header
Tender; Guard Rail (to include guard rails, guide and
reference posts, sign posts, and right-of-way markers);
Hazardous Waste Worker, Level D (no respirator is used and
skin protection is minimal); Miner, Class ""A"" (to include
all bull gang, concrete crewman, dumpman and pumperete
crewman, including distributing pipe, assembly & dismantle,
and nipper); Nipper; Riprap Man; Sandblast Tailhoseman;
Scaffold Erector (wood or steel); Stake Jumper; Structural
Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by
hand); Track Laborer (RR); Truck Loader; Well -Point Man;
All Other Work Classifications Not Specially Listed Shall
Be Classified As General Laborer
GROUP 3: Asphalt Roller, walking; Cement Finisher Tender;
Concrete Saw, walking; Demolition Torch; Dope Pot Firemen,
non -mechanical; Driller Tender (when required to move and
position machine); Form Setter, Paving; Grade Checker using
level; Hazardous Waste Worker, Level C (uses a chemical
""splash suit"" and air purifying respirator); Jackhammer
Operator; Miner, Class ""B"" (to include brakeman, finisher,
vibrator, form setter); Nozzleman (to include squeeze and
flo-crete nozzle); Nozzleman, water, air or steam; Pavement
Breaker (under 90 lbs.); Pipelayer, corrugated metal
culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy
Operator; Power Tool Operator, gas, electric, pneumatic;
Railroad Equipment, power driven, except dual mobile power
spiker or puller; Railroad Power Spiker or Puller, dual
mobile; Rodder and Spreader; Tamper (to include operation
of Barco, Essex and similar tampers); Trencher, Shawnee;
Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush
Machine (to include horizontal construction joint cleanup
brush machine, power propelled); Caisson Worker, free air;
Chain Saw Operator and Faller; Concrete Stack (to include
laborers when laborers working on free standing concrete
stacks for smoke or fume control above 40 feet high);
Gunite (to include operation of machine and nozzle);
Hazardous Waste Worker, Level B (uses same respirator
protection as Level A. A supplied air line is provided in
conjunction with a chemical ""splash suit""); High Scaler;
Laser Beam Operator (to include grade checker and elevation
control); Miner, Class C (to include miner, nozzleman for
concrete, laser beam operator and rigger on tunnels);
Monitor Operator (air track or similar mounting); Mortar
Mixer; Nozzleman (to include jet blasting nozzleman, over
1,200 lbs., jet blast machine power propelled, sandblast
nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to
include working topman, caulker, collarman, jointer,
mortarman, rigger, jacker, shorer, valve or meter
installer); Pipewrapper; Plasterer Tender; Vibrators (all)
GROUP 5 - Drills with Dual Masts;.Hazardous Waste Worker,
Level A (utilizes a fully encapsulated suit with a
self-contained breathing apparatus or a supplied air line);
Miner Class ""D"", (to include raise and shaft miner, laser
https:Hbeta.sam.gov/wage-determination/WA20210001/3 21139
5/18/2021 SAM.gov
beam operator on riases and shafts)
----------------------------------------------------------------
LAB00238-006 06/01/2019
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT,
LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA,
WHITMAN
Rates Fringes
Hod Carrier ......................$ 27.95 12.90
----------------------------------------------------------------
LAB00242-003 06/01/2020
KING COUNTY
Rates Fringes
LABORER
GROUP
1.....................$
27.78
12.35
GROUP
2A....................$
31.82
12.35
GROUP
3.....................
$ 39.81
12.35
GROUP
4.....................$
40.77
12.35
GROUP
5.....................$
41.43
12.35
Group
6.....................$
41.43
12.35
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
hftps://beta.sam.gov/wage-determination/WA20210001/3 22/39
5/18/2021
SAM.gov
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
Group 6: Miner
LAB00252-010 06/01/2020
CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC
(EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES
Rates Fringes
LABORER
GROUP
1.....................$
27.78
12.44
GROUP
2.....................$
31.82
12.44
GROUP
3.....................$
39.81
12.44
GROUP
4.....................$
40.77
12.44
GROUP
5.....................$
41.43
12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
hftps:/Ibeta.sam.gov/wage-determination[WA20210001/3 23/39
5/18/2021
SAM.gov
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Groutmen (pressure)
including post tension beams; Hazardous Waste Worker (Level
B: uses same respirator protection as Level A. A supplied
air line is provided in conjunction with a chemical ""splash
suit""); Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
https://beta.sam.gov/wage-determinationMA20210001 /3 24/39
5/18/2021
SAM.gov
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Grade Checker and Transit Person; High Scaler; Powderman;
Re-Timberman; Hazardous Waste Worker (Level A: utilizes a
fully encapsulated suit with a self-contained breathing
apparatus or a supplied air line).
----------------------------------------------------------------
LABOO292-008 06/01/2020
ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES
Rates
Fringes
LABORER
GROUP
1.....................$
27.78
12.44
GROUP
2.....................
$ 31.82
12.44
GROUP
3.....................$
39.81
12.44
GROUP
4.....................
$ 40.77
12.44
GROUP
5.....................$
41.43
12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
https://beta.sam.gov/wage-determination/WA20210001/3 25/39
5/18/2021
SAM.gov
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit"");
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
LAB00335-001 06/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE
MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY
WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
Rates
Fringes
Laborers:
ZONE 1:
GROUP
1....................$
34.93
12.44
GROUP
2............. .......
$
35.65
12.44
GROUP
3....................$
36.20
12.44
GROUP
4.......... ..........
$
36.66
12.44
GROUP
5....................$
31.93
12.44
GROUP
6....................$
29.01
12.44
GROUP
7....................$
25.14
12.44
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
https://beta.sam.gov/wage-determination/WA20210001/3 26/39
5/18/2021
SAM.gov
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and
Truck Loaders; Carpenter Tender; Change -House Man or Dry
Shack Man; Choker Setter; Clean-up Laborers; Curing,
Concrete; Demolition, Wrecking and Moving Laborers;
Dumpers, road oiling crew; Dumpmen (for grading crew);
Elevator Feeders; Median Rail Reference Post, Guide Post,
Right of Way Marker; Fine Graders; Fire Watch; Form
Strippers (not swinging stages); General Laborers;
Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material
Yard Man (including electrical); Pittsburgh Chipper
Operator or Similar Types; Railroad Track Laborers; Ribbon
Setters (including steel forms); Rip Rap Man (hand placed);
Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers;
Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring;
Timber Faller and Bucker (hand labor); Toolroom Man (at job
site); Tunnel Bullgang (above ground); Weight -Man- Crusher
(aggregate when used)
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility
lines or storage tanks on project; Brush Cutters (power
saw); Burners; Choker Splicer; Clary Power Spreader and
similar types; Clean- up Nozzleman-Green Cutter (concrete,
rock, etc.); Concrete Power Buggyman; Concrete Laborer;
Crusher Feeder; Demolition and Wrecking Charred Materials;
Gunite Nozzleman Tender; Gunite or Sand Blasting Pot
Tender; Handlers or Mixers of all Materials of an
irritating nature (including cement and lime); Tool
Operators (includes but not limited to: Dry Pack Machine;
Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping
and Wrapping; Post Hole Digger, air, gas or electric;
Vibrating Screed; Tampers; Sand Blasting (Wet);
Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew,
Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills,
rubber -mounted drills, and other similar types including at
crusher plants; Gunite Nozzleman; High Scalers, Strippers
and Drillers (covers work in swinging stages, chairs or
belts, under extreme conditions unusual to normal drilling,
blasting, barring -down, or sloping and stripping); Manhole
Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power
Saw Operators (Bucking and Falling); Pumperete Nozzlemen;
Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor
Machines, Ballast Regulators, Multiple Tampers, Power
Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)-applicable when employee assigned to move, set
up, align; Laser Beam; Tunnel Miners; Motorman -Dinky
hftps://beta.sam.gov/wage-determinationMA20210001/3 27139
5/18/2021 SAM.gov
Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
----------------------------------------------------------------
LAB00335-019 06/01/2020
Rates Fringes
Hod Carrier ......................$ 34.93 12.44
----------------------
LAB00348-003 06/01/2020
CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA
COUNTIES
Rates Fringes
LABORER
GROUP
1..................... $
23.68
12.44
GROUP
2.....................$
27.17
12.44
GROUP
3.....................$
29.74
12.44
GROUP
4.....................$
30.46
12.44
GROUP
5.....................$
30.99
12.44
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT,
TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $1.00
ZONE 3 - $1.30
BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA
ZONE 1 - Projects within 25 radius miles of the respective
city hall
ZONE 2 - More than 25 radius miles from the respective city
hall
ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES):
ZONE 2 - $2.25
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean-up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to
final acceptance by the owner)
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
hftps:Hbeta.sam.gov/wage-determination/WA20210001/3 28/39
5/18/2021
SAM.gov
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator
Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter
Tender; Cement Finisher Tender; Change House or Dry Shack;
Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender;
Clean-up Laborer; Concrete Form Stripper; Curing Laborer;
Demolition (wrecking and moving including charred
material); Ditch Digger; Dump Person; Fine Graders;
Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous
Waste Worker (Level C: uses a chemical ""splash suit"" and
air purifying respirator); Maintenance Person; Material
Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale
Person; Sloper Sprayer; Signal Person; Stock Piler; Stake
Hopper; Toolroom Man (at job site); Topper-Tailer; Track
Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper/Chute Operator;
Concrete Saw Operator; Drill Operator (hydraulic, diamond,
aiartrac); Faller and Bucker Chain Saw; Grade Checker and
Transit Person; Groutmen (pressure) including post tension
beams; Hazardous Waste Worker (Level B: uses same
respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical ""splash suit".'
High Scaler; Jackhammer; Laserbeam Operator; Manhole
Builder-Mudman; Nozzleman (concrete pump, green cutter when
using combination of high pressure air and water on
concrete and rock, sandblast, gunite, shotcrete, water
blaster, vacuum blaster); Pavement Breaker; Pipe Layer and
Caulker; Pipe Pot Tender; Pipe Reliner (not insert type);
Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power;
Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft);
Spreader (concrete); Tamper and Similar electric, air and
glas operated tool; Timber Person -sewer (lagger shorer and
cribber); Track Liner Power; Tugger Operator; Vibrator;
Well Point Laborer
GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier;
Powderman; Re-Timberman; Hazardous Waste Worker (Level A:
utilizes a fully encapsulated suit with a self-contained
breathing apparatus or a supplied air line).
PAINOOO5-002 07/01/2020
STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH),
SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Painters:
STRIPERS ........... ......... $ 31.90 17.23
PAINOOO5-004 03/01/2009
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
PAINTER ..........................$ 20.82 7.44
hftps://beta.sam.gov/wage-determination/WA20210001/3 29/39
5/18/2021
SAM.gov
----------------------------------------------------------------
* PAIN0005-006 07/01/2018
ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE);
CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS,
LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
Rates Fringes
PAINTER
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water
and Sandblasting ............ $ 30.19 11.71
Over 30'/Swing Stage Work..$ 22.20 7.98
Brush, Roller, Striping,
Steam -cleaning and Spray .... $ 22.94 11.61
Lead Abatement, Asbestos
Abatement ...................$ 21.50 7.98
*$.70 shall be paid over and above the basic wage rates
listed for work on swing stages and high work of over 30
feet.
-----------------------------------------------------------------
PAIN0055-003 07/01/2020
CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM
COUNTIES
Rates Fringes
PAINTER
Brush & Roller ..............$ 26.56 13.40
Spray and Sandblasting ...... $ 26.56 13.40
All high work over 60 ft. = base rate + $0.75
----------------------------------------------------------------
PAIN0055-006 03/01/2020
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
Rates Fringes
Painters:
HIGHWAY & PARKING LOT
STRIPER .....................$ 35.87 13.40
----------------------------------------------------------------
PLAS0072-004 06/01/2020
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA
COUNTIES
Rates Fringes
CEMENT MASON/CONCRETE FINISHER
ZONE 1......................$ 31.30 15.53
hops://beta.sam.gov/wage-determination/WA20210001/3 30/39
5/18/2021 SAM.gov
Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
----------------------------------------------------------------
PLAS0528-001 06/01/2020
CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING,
KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT,
SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES
Rates Fringes
CEMENT MASON
CEMENT MASON ................$ 45.80 18.54
COMPOSITION, TROWEL
MACHINE, GRINDER, POWER
TOOLS, GUNNITE NOZZLE ....... $ 46.30 18.54
TROWELING MACHINE OPERATOR
ON COMPOSITION ..............$ 46.30 18.54
PLAS0555-002 07/01/2019
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ZONE 1:
Rates Fringes
CEMENT MASON
CEMENT MASONS DOING BOTH
COMPOSITION/POWER
MACHINERY AND
SUSPENDED/HANGING SCAFFOLD..$
37.32
18.77
CEMENT MASONS ON
SUSPENDED, SWINGING AND/OR
HANGING SCAFFOLD ............
$ 36.58
18.77
CEMENT MASONS ...............$
35.85
18.77
COMPOSITION WORKERS AND
POWER MACHINERY OPERATORS ...
$ 36.58
18.77
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 3.00
BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND,
SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
------------------•---------------------------------------------
TEAM0037-002 06/01/2020
https:Hbeta.sam.gov/wage-determi nation/WA20210001 /3 31 /39
5/18/2021
SAM.gov
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line
made by extending the north boundary line of Wahkiakum County
west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
Rates Fringes
Truck drivers:
ZONE 1
GROUP
1....................$
29.33
16.40
GROUP
2....................$
29.46
16.40
GROUP
3— .................
$ 29.60
16.40
GROUP
4....................$
29.89
16.40
GROUP
5....................$
30.03
16.40
GROUP
6....................$
30.31
16.40
GROUP
7....................$
30.53
16.40
Zone Differential (Add to Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city
hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w/load bearing
surface; Articulated Dump Truck; Battery Rebuilders; Bus or
Manhaul Driver; Concrete Buggies (power operated); Concrete
Pump Truck; Dump Trucks, side, end and bottom dumps,
including Semi Trucks and Trains or combinations there of:
up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts
(all sizes in loading, unloading and transporting material
on job site); Loader and/or Leverman on Concrete Dry Batch
Plant (manually operated); Pilot Car; Pickup Truck; Solo
Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender;
Truck Mechanic Tender; Water Wagons (rated capacity) up to
3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.
and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver;
Slurry Truck Driver or Leverman; Tireman
GROUP 2: Boom Truck/Hydra-lift or Retracting Crane;
Challenger; Dumpsters or similar equipment all sizes; Dump
Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader
Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer
or doubles transporting equipment or wet or dry materials;
Lumber Carrier, Driver -Straddle Carrier (used in loading,
unloading and transporting of materials on job site); Oil
Distributor Driver or Leverman; Transit mix and wet or dry
https://beta.sam.gov/wage-determination/WA20210001/3 32/39
5/18/2021
SAM.gov
mix trcuks: over 5 cu. yds. and including 7 cu. yds.;
Vacuum Trucks; Water truck/Wagons (rated capacity) over
3,000 to 5,000 gallons
GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks,
side, end and bottom dumps, including Semi Trucks and
Trains or combinations thereof: over 10 cu. yds. and
including 30 cu. yds. includes Articulated Dump Trucks;
Self -Propelled Street Sweeper; Transit mix and wet or dry
mix truck: over 7 cu yds. and including 11 cu yds.; Truck
Mechanic -Welder -Body Repairman; Utility and Clean-up Truck;
Water Wagons (rated capacity) over 5,000 to 10,000 gallons
GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom
cumps, including Semi -Trucks and Trains or combinations
thereof: over 30 cu. yds. and including 50 cu. yds.
includes Articulated Dump Trucks; Fire Guard; Transit Mix
and Wet or Dry Mix Trucks, over 11 cu. yds. and including
15 cu. yds.; Water Wagon (rated capacity) over 10,000
gallons to 15,000 gallons
GROUP 5: Composite Crewman; Dump Trucks, side, end and
bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 50 cu. yds. and including 60 cu.
yds. includes Articulated Dump Trucks
GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch
concrete Mix Trucks; Dump trucks, side, end and bottom
dumps, including Semi Trucks and Trains of combinations
thereof: over 60 cu. yds. and including 80 cu. yds., and
includes Articulated Dump Trucks; Skid Truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu.
yds. and including 100 cu. yds., includes Articulated Dump
Trucks; Industrial Lift Truck (mechanical tailgate)
----------------------------------------------------------------
* TEAM0174-001 06/01/2020
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
Rates Fringes
Truck drivers:
ZONE A:
GROUP 1:...................$ 42.88 20.92
GROUP 2:...................$ 42.04 20.92
GROUP 3....................$ 39.23 20.92
GROUP 4:...................$ 34.26 20.92
GROUP 5: ................... 42.43 20.92
ZONE B (25-45 miles from center of listed cities*): Add $.70
per hour to Zone A rates.
ZONE C (over 45 miles from centr of listed cities*). Add
$1.00 per hour to Zone A rates.
*Zone pay will be calculated from the city center of the
following listed cities:
hftps:Hbeta.sam.gov/wage-determinationfWA20210001/3 33/39
5/18/2021
SAM.gov
BELLINGHAM
CENTRALIA
RAYMOND
OLYMPIA
EVERETT
SHELTON
ANACORTES
BELLEVUE
SEATTLE
PORT ANGELES
MT. VERNON
KENT
TACOMA
PORT TOWNSEND
ABERDEEN
BREMERTON
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - ""A -frame or Hydralift"" trucks and Boom trucks or
similar equipment when ""A"" frame or ""Hydralift"" and Boom
truck or similar equipment is used; Buggymobile; Bulk
Cement Tanker; Dumpsters and similar equipment,
Tournorockers, Tournowagon, Tournotrailer, Cat DW series,
Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid
Two and Four -Wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump Trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with 16 yards to 30 yards capacity:
Over 30 yards $.15 per hour additional for each 10 yard
increment; Explosive Truck (field mix) and similar
equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil
Distributor Driver; Spreader, Flaherty Transit mix used
exclusively in heavy construction; Water Wagon and Tank
Truck-3,000 gallons and over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site;
Dumpsters, and similar equipment, Tournorockers,
Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra,
Le Tourneau, Westinghouse, Athye wagon, Euclid two and
four -wheeled power tractor with trailer and similar
top -loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi -trucks and trains
or combinations thereof with less than 16 yards capacity;
Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck,
Greaser, Battery Service Man and/or Tire Service Man;
Leverman and loader at bunkers and batch plants; Oil tank
transport; Scissor truck; Slurry Truck; Sno-Go and similar
equipment; Swampers; Straddler Carrier (Ross, Hyster) and
similar equipment; Team Driver; Tractor (small,
rubber-tired)(when used within Teamster jurisdiction);
Vacuum truck; Water Wagon and Tank trucks -less than 3,000
gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite
work only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to
the classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with
a chemical ""splash suit.""
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self-contained breathing apparatus
https://beta.sam.gov/wage-determinationfWA20210001/3 34139
5/18/2021
SAM.gov
or a supplied air line.
-----------------------------------------------------------------
TEAM0690-004 01/01/2019
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
COUNTIES
Rates
Fringes
Truck drivers: (AREA 1:
SPOKANE ZONE CENTER: Adams,
Chelan, Douglas, Ferry,
Grant, Kittitas, Lincoln,
Okanogan, Pen Oreille,
Spokane, Stevens, and Whitman
Counties
AREA 1: LEWISTON ZONE CENTER:
Asotin, Columbia, and
Garfield Counties
AREA 2: PASCO ZONE CENTER:
Benton, Franklin, Walla Walla
and Yakima Counties)
AREA 1:
GROUP 1....................$
23.91
17.40
GROUP 2....................$
26.18
17.40
GROUP 3....................$
26.68
17.40
GROUP 4....................$
27.01
17.40
GROUP 5....................$
27.12
17.40
GROUP 6....................$
27.29
17.40
GROUP 7....................$
27.82
17.40
GROUP 8....................$
28.18
17.40
AREA 2:
GROUP 1_ ..................
$ 26.05
17.40
GROUP 2....................$
28.69
17.40
GROUP 3....................
$ 28.80
17.40
GROUP 4....................$
29.13
17.40
GROUP 5....................
$ 29.24
17.40
GROUP 6....................$
29.24
17.40
GROUP 7................... .$
29.78
17.40
GROUP 8....................$
30.10
17.40
Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00)
BASE POINTS: Spokane, Pasco, Lewiston
Zone 1: 0-45 radius miles from the main post office.
Zone 2: Outside 45 radius miles from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power
Boat Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer
Mounted Hydro Seeder and Mulcher; Seeder & Mulcher;
Stationary Fuel Operator; Tractor (small, rubber -tired,
pulling trailer or similar equipment)
hftps://beta.sam.gov/wage-determination/WA20210001/3 35/39
5/18/2021 SAM.gov
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. &
under); Flat Bed Truck with Hydraullic System; Fork Lift
(3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner &
Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo;
Scissors Truck; Slurry Truck Driver; Straddle Carrier
(Ross, Hyster, & similar); Tireperson; Transit Mixers &
Truck Hauling Concrete (3 yd. to & including 6 yds.);
Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.); Warehouseperson (to include
shipping & receiving); Wrecker & Tow Truck
GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6
yards to and including 12 yds.); Truck Mounted Hydro
Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons)
GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under);
Self- loading Roll Off; Semi -Truck & Trailer; Tractor with
Steer Trailer; Transit Mixers and Trucks Hauling Concrete
(over 6 yds. to and including 10 yds.); Trucks, side, end,
bottom and end dump (over 12 yds. to & including 20 yds.);
Truck -Mounted Crane (with load bearing surface either
mounted or pulled, up to 14 ton); Vacuum Truck (super
sucker, guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field);
Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers &
Trucks Hauling Concrete (over 10 yds. to & including 20
yds.); Trucks, side, end, bottom and articulated end dump
(over 20 yds. to & including 40 yds.); Truck and Pup;
Tournarocker, DWs & similar with 2 or more 4 wheel -power
tractor with trailer, gallonage or yardage scale, whichever
is greater Water Tank Truck (8,001- 14,000 gallons);
Lowboy(over 50 tons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable
oeprated trailer); Transit Mixers & Trucks Hauling Concrete
(over 20 yds.); Truck, side, end, bottom end dump (over 40
yds. to & including 100 yds.); Truck Mounted Crane (with
load bearing surface either mounted or pulled (16 through
25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.); Helicopter
Pilot Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a
premium, in additon to the classification working in as
follows:
LEVEL C-D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying respirator
or additional protective clothing.
LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated suit with
a self-contained breathing apparatus.
Employees shall be paid Hazmat pay in increments of four(4)
and eight(8) hours.
NOTE:
https://beta.sam.gov/wage-determination/WA20210001/3 36/39
5/18/2021
SAM.gov
Trucks Pulling Equipment Trailers: shall receive $.15/hour
over applicable truck rate
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
Note: Executive Order (ED) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health -related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health -related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at www.dol.gov/whd/govcontracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
https://beta.sam.gov/wage-determination/WA20210001/3 37/39
5/18/2021
SAM.gov
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non -union rates. Example: SULA2O12-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 100% of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
https://beta.sam.gov/wage-determination/WA20210001/3 38/39
5/18/2021
SAM.gov
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION"
https://beta.sam.gov/wage-determination/WA20210001/3 39/39
5/18/2021 hftps:Hsecure.Ini.wa.gov/wagelookup/
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: 06/11/2021
*Risk
County_
Trade
Job Classification
Wage
Holiday Overtime Note
Class
King
Asbestos Abatement Workers
Journey Level
$52.39
5D
1 H
View
King
Boilermakers
Journey Level
$70.79
5N
1C
View
King
Brick Mason
Journey Level
$60.57
7E
1N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$60.57
7E
1N
View
King
Building Service Employees
Janitor
$26.28
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$26.63
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$29.98
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$30.98
5S
2F
View
King
Cabinet Makers (In Shop),
Journey Level
$22.74
1
View
King
Carpenters,
Acoustical Worker
$64.94
7A
4C
View
King
Carpenters
Carpenter
$64.94
7A
4C
View
King
Carpenters
Carpenters on Stationary Tools
$65.07
7A
4C
View
King
Carpenters
Creosoted Material
$65.07
7A
4C
View
King
Carpenters
Floor Finisher
$64.94
7A
4C
View
King
Carpenters
Floor Layer
$64.94
7A
4C
View
King
Carpenters
Scaffold Erector
$64.94
7A
4C
View
King
Cement Masons
Application of all Composition
$64.84
7A
4U
View
Mastic
King
Cement Masons
Application of all Epoxy
$64.34
7A
4U
View
Material
King
Cement Masons
Application of all Plastic
$64.84
7A
4U
View
Material
King
Cement Masons
Application of Sealing
$64.34
7A
4U
View
Compound
King
Cement Masons
Application of Underlayment
$64.84
7A
4U
View
King
Cement Masons
Building General
$64.34
7A
4U
View
King
Cement Masons
Composition or Kalman Floors
$64.84
7A
41J
View
King
Cement Masons
Concrete Paving
$64.34
7A
4U
View
King
Cement Masons
Curb Et Gutter Machine
$64.84
7A
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$64.34
7A
41J
View
King
Cement Masons
Curing Concrete
$64.34
7A
4U
View
https://secure.ini.wa.gov/wagelookup/
1 /16
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Cement Masons
Finish Colored Concrete
$64.84
7A
4U
View
King
Cement Masons
Floor Grinding
$64.84
7A
4U
View
King
Cement Masons
Floor Grinding/Polisher
$64.34
7A
4U
View
King
Cement Masons
Green Concrete Saw, self-
$64.84
7A
4U
View
powered
King
Cement Masons
Grouting of all Plates
$64.34
7A
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$64.34
7A
4U
View
King
Cement Masons
Gunite Noaleman
$64.84
7A
4U
View
King
Cement Masons
Hand Powered Grinder
$64.84
7A
4U
View
King
Cement Masons
Journey Level
$64.34
7A
4U
View
King
Cement Masons
Patching Concrete
$64.34
7A
4U
View
King
Cement Masons
Pneumatic Power Tools
$64.84
7A
4U
View
King
Cement Masons
Power Chipping Et Brushing
$64.84
7A
4U
View
King
Cement Masons
Sand Blasting Architectural
$64.84
7A
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$64.84
7A
4U
View
King
Cement Masons
Spackling or Skim Coat
$64.34
7A
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$64.84
7A
4U
View
King
Cement Masons
Troweling Machine Operator on
$64.84
7A
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$64.84
7A
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
$118.80
7A
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$81.98
7A
4C
View
King
Divers Et Tenders
Diver
$118.80
7A
4C
8V View
King
Divers Et Tenders
Diver On Standby
$76.98
7A
4C
View
King
Divers Et Tenders
Diver Tender
$69.91
7A
4C
View
King
Divers Et Tenders
Manifold Operator
$69.91
7A
4C
View
King
Divers Et Tenders
Manifold Operator Mixed Gas
$74.91
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$69.91
7A
View
Operator/Technician
King
Divers R Tenders
Remote Operated Vehicle
$65.19
7A
4C
View
Tender
King
Dredge Workers
Assistant Engineer
$70.62
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$70.07
5D
3F
View
King
Dredge Workers
Boatmen
$70.62
5D
3F
View
King
Dredge Workers
Engineer Welder
$71.97
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$73.41
5D
3F
View
King
Dredge Workers
Mates
$70.62
5D
3F
View
King
Dredge Workers
Oiler
$70.07
5D
3F
View
King
Drywall Applicator
Journey Level
$64.94
5D
1 H
View
King
Drywall Tapers
Journey Level
$65.31
5P
1E
View
King
Electrical Fixture Maintenance
Journey Level
$31.99
5L
1E
View
Workers
King
Electricians - Inside
Cable Splicer
$92.57
7C
aE
View
King
Electricians - Inside
Cable Splicer (tunnel)
$99.46
7C
4E
View
King
Electricians - Inside
Certified Welder
$89.44
7C
4E
View
https://secure Ini.wa gov/wagelookup/ 2/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Electricians - Inside
Certified Welder (tunnel)
$96.02
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$44.78
7C
4E
View
King
Electricians - Inside
Journey Level
$86.30
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$92.57
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
1E
View
King
Elevator Constructors
Mechanic
$100.51
7D
4A
View
King
Elevator Constructors
Mechanic In Charge
$108.53
7D
4A
View
King
Fabricated Precast Concrete
All Classifications - In -Factory
$18.25
5B
111
View
Products
Work Only
King
Fence Erectors
Fence Erector
$44.40
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$44.40
7A
4V
8Y
View
King
Flaggers
Journey Level
$44.40
7A
4V
8Y
View
King
Glaziers
Journey Level
$69.26
7L
1Y
View
King
Heat Ft Frost Insulators And
Journey Level
$79.43
15H
11 C
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$89.61
7F
1 E
View
King
Hod Carriers Ft Masan Tenders
Journey Level
$54.01
7A
4V
8Y
View
King
Industrial Power Vacuum
Journey Level
$13.69
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
5B
1K
View
King
Inland Boatmen
Cook
$56.48
5B
1K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1K
View
King
Intand Boatmen
Launch Operator
$58.89
5B
1K
View
King
intand Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer a Water Systems By
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$13.69
1
View
Sewer Ft Water Systems sy
Remote Control
https://secure Ini.wa.gov/wagelookup/
3/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
View
Sewer & Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer Et Water 5ystems 8y
Remote Control
King
Insulation Applicators
Journey Level
$64.94
7A
4C
View
King
Ironworkers
Journeyman
$76.78
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
$52.39
7A
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$54.01
7A
4V
8Y
View
King
Laborers
Ballast Regular Machine
$52.39
7A
4V
8Y
View
King
Laborers
Batch Weighman
$44.40
7A
4V
8Y
View
King
Laborers
Brick Pavers
$52.39
7A
4V
8Y
View
King
Laborers
Brush Cutter
$52.39
7A
4V
8Y
View
King
Laborers
Brush Hog Feeder
$52.39
7A
4V
8Y
View
King
Laborers
Burner
$52.39
7A
4V
8Y
View
King
Laborers
Caisson Worker
$54.01
7A
4V
8Y
View
King
Laborers
Carpenter Tender
$52.39
7A
4V
8Y
View
King
Laborers
Cement Dumper -paving
$53.35
7A
4V
8Y
View
King
Laborers
Cement Finisher Tender
$52.39
7A
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$52.39
7A
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
$53.35
7A
4V
8Y
View
Over)
King
Laborers
Chipping Gun (Under 30 Lbs.)
$52.39
7A
4V
8Y
View
King
Laborers
Choker Setter
$52.39
7A
4V
8Y
View
King
Laborers
Chuck Tender
$52.39
7A
4V
8Y
View
King
Laborers
Clary Power Spreader
$53.35
7A
4V
8Y
View
King
Laborers
Clean-up Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
$53.35
7A
4V
8Y
View
Operator
King
Laborers
Concrete Form Stripper
$52.39
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$53.35
7A
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
$53.35
7A
4V
8Y
View
Driller
King
Laborers
Crusher Feeder
$44.40
7A
4V
8Y
View
King
Laborers
Curing Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Demolition: Wrecking Et Moving
$52.39
7A
4V
8Y
View
(Intl. Charred Material)
King
Laborers
Ditch Digger
$52.39
7A
4V
8Y
View
King
Laborers
Diver
$54.01
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
$53.35
7A
4V
8Y
View
Diamond)
King
Laborers
Dry Stack Walls
$52.39
7A
4V
8Y
View
King
Laborers
Dump Person
$52.39
7A
4V
8Y
View
King
Laborers
Epoxy Technician
$52.39
7A
4V
8Y
View
https://secure.Ini.wa.gov/wagelookup/
4/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Laborers
Erosion Control Worker
$52.39
7A
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$53.35
7A
4V
8Y
View
King
Laborers
Fine Graders
$52.39
7A
4V
8Y
View
King
Laborers
Firewatch
$44.40
7A
4V
8Y
View
King
Laborers
Form Setter
$52.39
7A
4V
8Y
View
King
Laborers
Gabian Basket Builders
$52.39
7A
4V
8Y
View
King
Laborers
General Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Grade Checker Et Transit Person
$54.01
7A
4V
8Y
View
King
Laborers
Grinders
$52.39
7A
4V
8Y
View
King
Laborers
Grout Machine Tender
$52.39
7A
4V
8Y
View
King
Laborers
Groutmen (Pressure) Including
$53.35
7A
4V
8Y
View
Post Tension Beams
King
Laborers
Guardrail Erector
$52.39
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker (Level
$54.01
7A
4V
8Y
View
A)
King
Laborers
Hazardous Waste Worker (Level
$53.35
7A
4V
8Y
View
B)
King
Laborers
Hazardous Waste Worker (Level
$52.39
7A
4V
8Y
View
C)
King
Laborers
High Scaler
$54.01
7A
4V
8Y
View
King
Laborers
Jackhammer
$53.35
7A
4V
8Y
View
King
Laborers
Laserbeam Operator
$53.35
7A
4V
8Y
View
King
Laborers
Maintenance Person
$52.39
7A
4V
8Y
View
King
Laborers
Manhole Builder-Mudman
$53.35
7A
4V
8Y
View
King
Laborers
Material Yard Person
$52.39
7A
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$53.35
7A
4V
8Y
View
King
Laborers
Nozzleman (Concrete Pump,
$53.35
7A
4V
8Y
View
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
$53.35
7A
4V
8Y
View
King
Laborers
Pilot Car
$44.40
7A
4V
8Y
View
King
Laborers
Pipe Layer Lead
$54.01
7A
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$53.35
7A
4V
8Y
View
King
Laborers
Pipe Pot Tender
$53.35
7A
4V
8Y
View
King
Laborers
Pipe Reliner
$53.35
7A
4V
8Y
View
King
Laborers
Pipe Wrapper
$53.35
7A
4V
8Y
View
King
Laborers
Pot Tender
$52.39
7A
4V
8Y
View
King
Laborers
Powderman
$54.01
7A
4V
8Y
View
King
Laborers
Powderman's Helper
$52.39
7A
4V
8Y
View
King
Laborers
Power Jacks
$53.35
7A
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$53.35
7A
4V
8Y
View
King
Laborers
Raker - Asphalt
$54.01
7A
4V
8Y
View
King
Laborers
Re-timberman
$54.01
7A
4V
8Y
View
King
Laborers
Remote Equipment Operator
$53.35
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$53.35
7A
4V
8Y
View
https://secure Ini.wa gov/wagelookup/ 5/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Laborers
Rip Rap Person
$52.39
7A
4V
8Y
View
King
Laborers
Rivet Buster
$53.35
7A
4V
8Y
View
King
Laborers
Rodder
$53.35
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$52.39
7A
4V
8Y
View
King
Laborers
Scale Person
$52.39
7A
4V
8Y
View
King
Laborers
Sloper (Over 20")
$53.35
7A
4V
8Y
View
King
Laborers
Sloper Sprayer
$52.39
7A
4V
8Y
View
King
Laborers
Spreader (Concrete)
$53.35
7A
4V
8Y
View
King
Laborers
Stake Hopper
$52.39
7A
4V
8Y
View
King
Laborers
Stock Piler
$52.39
7A
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$44.40
7A
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar Electric, Air
$53.35
7A
4V
8Y
View
Et Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$53.35
7A
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$53.35
7A
4V
8Y
View
Shorer Et Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$52.39
7A
4V
8Y
View
King
Laborers
Topper
$52.39
7A
4V
8Y
View
King
Laborers
Track Laborer
$52.39
7A
4V
8Y
View
King
Laborers
Track Liner (Power)
$53.35
7A
4V
8Y
View
King
Laborers
Traffic Control Laborer
$47.48
7A
4V
9C
View
King
Laborers
Traffic Control Supervisor
$50.31
7A
4V
9C
View
King
Laborers
Truck Spotter
$52.39
7A
4V
8Y
View
King
Laborers
Tugger Operator
$53.35
7A
4V
8Y
View
King
Laborers
Tunnel Work -Compressed Air
$129.67
7A
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$134.70
7A
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$138.38
7A
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$144.08
7A
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$146.20
7A
4V
9B
View
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
$151.30
7A
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$153.20
7A
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$155.20
7A
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$157.20
7A
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$54.11
7A
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$54.11
7A
4V
8Y
View
King
Laborers
Vibrator
$53.35
7A
4V
8Y
View
King
Laborers
Vinyl Seamer
$52.39
7A
4V
8Y
View
King
Laborers
Watchman
$40.36
7A
4V
8Y
View
https://secure.Ini.wa.gov/wagelookup/
6/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Laborers
Welder
$53.35
7A
4V
8Y
View
King
Laborers
Well Point Laborer
$53.35
7A
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$40.36
7A
4V
8Y
View
King
Laborers - Underground Sewer
General Laborer Et Topman
$52.39
7A
4V
8Y
View
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$53.35
7A
4V
8Y
View
Et Water
King
Landscape Construction
Landscape
$40.36
7A
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$72.28
7A
3K
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$64.94
5D
1 H
View
King
Marble Setters
Journey Level
$60.57
7E
1 N
View
King
Metal Fabrication (In Shop).
Journey Level
$41.70
15F
11A
View
King
Millwright
Journey Level
$66.44
7A
4C
View
King
Modular Buildings
Cabinet Assembly
$13.69
1
View
King
Modular Buildings
Electrician
$13.69
1
View
King
Modular Buildings
Equipment Maintenance
$13.69
1
View
King
Modular Buildings
Plumber
$13.69
1
View
King
Modular Buildings
Production Worker
$13.69
1
View
King
Modular Buildings
Tool Maintenance
$13.69
1
View
King
Modular Buildings
Utility Person
$13.69
1
View
King
Modular Buildings
Welder
$13.69
1
View
King
Painters
Journey Level
$45.40
6Z
2B
View
King
Pile Driver
Crew Tender
$69.91
7A
4C
View
King
Pile Driver
Crew Tender/Technician
$69.91
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
$80.76
7A
4C
View
Compressed Air Worker 0-30.00
PSI
King
Pile Driver
Hyperbaric Worker -
$85.76
7A
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Pile Driver
Hyperbaric Worker -
$89.76
7A
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Pile Driver
Hyperbaric Worker -
$94.76
7A
4C
View
Compressed Air Worker 54.01 -
60.00 PSI
King
Pile Driver
Hyperbaric Worker -
$97.26
7A
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Pile Driver
Hyperbaric Worker -
$102.26
7A
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Pile Driver
Hyperbaric Worker -
$104.26
7A
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
King
Pile Driver
Hyperbaric Worker -
$106.26
7A
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
https://secure.Ini.wa.gov/wagelookup/ 7/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Pile Driver
Hyperbaric Worker -
$108.26
7A
4C
View
Compressed Air Worker 72.01 -
74.00 PSI
King
Pile Driver
Journey Level
$65.19
7A
4C
View
King
Plasterers
Journey Level
$61.67
M
1 R
View
King
Playground Ft Park Equipment
Journey Level
$13.69
1
View
Installers
King
Plumbers Ft Pipefitters
Journey Level
$92.19
6Z
1G
View
King
Power Equipment Operators
Asphalt Plant Operators
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Assistant Engineer
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Barrier Machine (zipper)
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Batch Plant Operator: concrete
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Bobcat
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Brokk - Remote Demolition
$69.12
7A
3K
8X
View
Equipment
King
Power Equipment Operators
Brooms
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Bump Cutter
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Cableways
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Chipper
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Compressor
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Concrete Finish Machine -
$69.12
7A
3K
8X
View
Laser Screed
King
Power Equipment Operators
Concrete Pump - Mounted Or
$72.28
7A
3K
8X
View
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators
Concrete Pump: Truck Mount
$73.49
7A
3K
8X
View
With Boom Attachment Over 42
M
King
Power Equipment Operators
Concrete Pump: Truck Mount
$72.84
7A
3K
8X
View
With Boom Attachment Up To
42m
King
Power Equipment Operators
Conveyors
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Cranes friction: 200 tons and
$75.72
7A
3K
8X
View
over
King
Power Equipment Operators
Cranes: 100 tons through 199
$74.22
7A
3K
8X
View
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators
Cranes: 20 Tons Through 44
$72.84
7A
3K
8X
View
Tons With Attachments
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
$74.99
7A
3K
8X
View
250' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 300 tons and over or
$75.72
7A
3K
8X
View
300' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 45 Tons Through 99
$73.49
7A
3K
8X
View
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
$69.12
7A
3K
8X
View
Under
https://secure.Ini.wa.gov/wagelookup/ 8/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Power Equipment Operators
Cranes: Friction cranes through
$74.99
7A
3K
8X
View
199 tons
King
Power Equipment Operators
Cranes: through 19 tons with
$72.28
7A
3K
8X
View
attachments, A -frame over 10
tons
King
Power Equipment Operators
Crusher
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Deck Engineer/Deck Winches
$72.84
7A
3K
8X
View
(power)
King
Power Equipment Operators
Derricks, On Building Work
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Dozers D-9 Et Under
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
$72.28
7A
3K
8X
View
Or Crane Mount
King
Power Equipment Operators
Drilling Machine
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Elevator And Man -lift:
$69.12
7A
3K
8X
View
Permanent And Shaft Type
King
Power Equipment Operators
Finishing Machine, Bidwell And
$72.84
7A
3K
8X
View
Gamaco Et Similar Equipment
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
$72.28
7A
3K
8X
View
With Attachments
King
Power Equipment Operators
Forklifts: Under 3000 Lbs. With
$69.12
7A
3K
8X
View
Attachments
King
Power Equipment Operators
Grade Engineer: Using Blue
$72.84
7A
3K
8X
View
Prints, Cut Sheets, Etc
King
Power Equipment Operators
Gradechecker/Stakeman
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Guardrail Punch
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Hard Tail End Dump
$73.49
7A
3K
8X
View
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators
Hard Tail End Dump
$72.84
7A
3K
8X
View
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators
Horizontal/Directional Drill
$72.28
7A
3K
8X
View
Locator
King
Rower Equipment Operators
Horizontal/Directional Drill
$72.84
7A
3K
8X
View
Operator
King
Power Equipment Operators
Hydralifts/Boom Trucks Over
$72.28
7A
3K
8X
View
10 Tons
King
Power Equipment Operators
Hydralifts/Boom Trucks, 10
$69.12
7A
3K
8X
View
Tons And Under
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
$74.22
7A
3K
8X
View
Over
King
Power Equipment Operators
Loader, Overhead, 6 Yards. But
$73.49
7A
3K
8X
View
Not Including 8 Yards
King
Power Equipment Operators
Loaders, Overhead Under 6
$72.84
7A
3K
8X
View
Yards
King
Power Equipment Operators
Loaders, Plant Feed
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Loaders: Elevating Type Belt
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Locomotives, All
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Material Transfer Device
$72.84
7A
3K
8X
View
King
Power £quipment Operators
Mechanics, All (leadmen -
$74.22
7A
3K
8X
View
$0.50 Per Hour Over Mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$73.49
7A
3K
8X
View
https://secure.Ini.wa.gov/wagelookup/
9/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$73.49
7A
3K
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$69.12
7A
3K
8X
View
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (Elevators And
$72.28
7A
3K
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, Bridge Type Crane:
$72.84
7A
3K
8X
View
20 Tons Through 44 Tons
King
Power Equipment Operators
Overhead, Bridge Type: 100
$74.22
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Overhead, Bridge Type: 45 Tons
$73.49
7A
3K
8X
View
Through 99 Tons
King
Power Equipment Operators
Pavement Breaker
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$72.84
7A
3K
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Power Plant
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Pumps - Water
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Quick Tower - No Cab, Under
$69.12
7A
3K
8X
View
100 Feet In Height Based To
Boom
King
Power Equipment Operators
Remote Control Operator On
$73.49
7A
3K
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and Bellman
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Rigger/Signal Person, Bellman
$72.28
7A
3K
8X
View
(Certified)
King
Power Equipment Operators
Rollagon
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$72.28
7A
3K
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Saws - Concrete
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under
$72.84
7A
3K
8X
View
45 Yards
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$73.49
7A
3K
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers - Equipment
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$72.28
7A
3K
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$73.49
7A
3K
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$72.84
7A
3K
8X
View
Tractors: 15 To 30 Metric Tons
https://secure.Ini.wa.gov/wagelookup/ 10/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$74.22
7A
3K
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$74.99
7A
3K
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$73.49
7A
3K
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$72.28
7A
3K
8X
View
King
Power Equipment Opera ors
Tower Crane Up To 175' In
$74.22
7A
3K
8X
View
Height Base To Boom
King
Power Equipment Operators
Tower Crane: over 175' through
$74.99
7A
3K
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$75.72
7A
3K
8X
View
height from base to boom
King
Rower Equipment Operators
Transporters, All Track Or Truck
$73.49
7A
3K
8X
View
Type
King
Power Equipment Operators
Trenching Machines
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
$72.84
7A
3K
8X
View
Tons And Over
King
Power Equipment Operators
Truck Crane Oiler/Driver Under
$72.28
7A
3K
8X
View
100 Tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Welder
$73.49
7A
3K
8X
View
King
Pawer Equipment Operators
Wheel Tractors, Farmall Type
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$72.84
7A
3K
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$73.49
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$69.12
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$72.84
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$69.12
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Brokk - Remote Demolition
$69.12
7A
3K
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators-
Brooms
$69.12
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Equipment Operators-
Bump Cutter
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$73.49
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$72.84
7A
3K
8X
View
Underground Sewer It Water
King
Power Equipment Operators-
Compressor
$69.12
7A
3K
8X
View
Underground Sewer a Water
King
Power Equipment Operators-
Concrete Finish Machine -
$69.12
7A
3K
8X
View
Underground Sewer Et Water
Laser Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$72.28
7A
3K
8X
View
https://secure.ini.wa.gov/wagelookup/
11/18
5/18/2021
hftps:Hsecure.Ini.wa.gov/wagelookup/
Underground Sewer Et Water
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$73.49
7A 3K 8X View
Underground Sewer Et Water
With Boom Attachment Over 42
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$72.84
7A 3K 8X View
Underground Sewer Et Water
With Boom Attachment Up To
42m
King
Power Equipment Operators•
Conveyors
$72.28
7A 3K 8X View
Underground Sewer l3 Water
King
Power Equipment Operators-
Cranes friction: 200 tons and
$75.72
7A 3K 8X View
Underground Sewer Et Water
over
King
Power Equipment Operators-
Cranes: 100 tons through 199
$74.22
7A 3K 8X View
Underground Sewer Ft Water
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
$72.84
7A 3K 8X View
Underground Sewer Et W ter
Tons With Attachments
King
Power Equipment Oper
Cranes: 200 tons- 299 tons, or
$74.99
7A R 8X View
Underground Sewer Et Water
250' of boom including jib with
attachments
King
Power Equipment Operators
Cranes: 300 tons and over or
$75.72
7A 3K 8X View
Underground Sewer It Water
300' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
$73.49
7A 3K 8X View
Underground Sewer Et Water
Tons, Under 150' Of Boom
(including Jib With
Attachments)
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
$69.12
7A 3K 8X View
Underground Sewer Et Water
Under
King
Power Equipment Operators-
Cranes: Friction cranes through
$74.99
7A 3K 8X View
Underground Sewer Et Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$72.28
7A 3H 8X View
Underground Sewer Ft Water
attachments, A -frame over 10
tons
King
Power Equipment Operators-
Crusher
$72.84
7A 3K 8X View
Underground Sewer ft Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$72.84
7A 3K 8X View
Underground Sewer Et Water
(power)
King
Power Equipment Operators
Derricks, On Building Work
$73.49
7A 3K 8X View
Underground Sewer & Water
King
Power Equipment Operators•
Dozers D-9 Et Under
$72.28
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$72.28
7A 3K 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$74.22
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator And Man -lift:
$69.12
7A 3K 8X View
Underground Sewer Et Water
Permanent And Shaft Type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$72.84
7A 3K 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
$72.28
7A 3K 8X View
Underground Sewer Et Water
With Attachments
King
Power Equipment Operators•
Forklifts: Under 3000 Lbs. With
$69.12
7A 3K 8X View
hftps:Hsecure.Ini.wa.gov/wagelookup/
12/18
5/1812021
https://secure.ini.wa.gov/wagelookup/
Underground Sewer Et Water
Attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$72.84
7A 3K 8X View
Underground Sewer a Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$69.12
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$72.84
7A 3K 8X View
Underground Sewer a Water
King
Power Equipment Operators-
Hard Tail End Dump
$73.49
7A 3K 8X View
Underground Sewer a Wa er
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators-
Hard Tail End Dump
$72.84
7A 3K 8x View
Underground Sewer Et Water
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$72.28
7A 3K 8X View
Underground Sewer Et Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$72.84
7A 3K 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/Boom Trucks Over
$72.28
7A 3K 8X View
Underground Sewer Et Water
10 Tons
King
Rower Equipment Operators-
Hydralifts/Boom Trucks, 10
$69.12
7A 3K 8K View
Underground Sewer Et Water
Tons And Under
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
$74.22
7A 3K 8X, View
Underground Sewer Et Water
Over
King
Power f quipment Operators-
Loader, Overhead, 6 Yards. But
$73.49
7A 3K 8x View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Opera ❑rs-
Loaders, Overhead Under 6
$72.84
7A 3K 8X View
Underground Sewer a Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$72.84
7A 3K 8X View
Underground Sewer Et Wa er
King
Power Equipment Operators
Loaders: Elevating Type Belt
$72.28
7A 3K 8x View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$72.84
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$72.84
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (leadmen -
$74.22
7A 3K 8X View
Underground Sewer Et Water
$0.50 Per Hour Over Mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$73.49
7A 3K 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$73.49
7A 3K 8X View
Underground Sewer Et Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$69.12
7A 3K 8X View
Underground Sewer Et Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators And
$72.28
7A 3K 8X View
Underground Sewer Et Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
$72.84
7A 3K 8X View
Underground Sewer Et Water
20 Tons Through 44 Tons
King
Power Equipment Operators-
Overhead, Bridge Type: 100
$74.22
7A 3K 8x View
Underground Sewer Et Water
Tons And Over
King
Power Equipment Operators-
Overhead, Bridge Type: 45 Tons
$73.49
7A 3K 8X View
Underground Sewer Et Water
Through 99 Tons
https://secure.ini.wa.gov/wagelookup/
13/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Power Equipment Operators-
Pavement Breaker
$69.12
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$72.84
7A
3K
8X View
Underground Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$72.28
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators
Posthole Digger, Mechanical
$69.12
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Power Plant
$69.12
7A
3K
$X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$69.12
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$73.49
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
$69.12
7A
3K
8X View
Underground Sewer Et Water
100 Feet In Height Based To
Boom
King
Power Equipment Operators-
Remote Control Operator On
$73.49
7A
3K
8X View
Underground Sewer Et Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$69.12
7A
3K
BX View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person, Bellman
$72.28
7A
3K
8X View
Underground Sewer Ft Water
(Certified)
King
Power Equipment Operators-
Rollagon
$73.49
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$69.12
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$72.28
7A
3K
8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$72.84
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Saws - Concrete
$72.28
7A
3K
$X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
$72.84
7A
3K
8X View
Underground Sewer Ft Water
45 Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$72.28
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$73.49
7A
3K
8X View
Underground Sewer Et Water
Yards And Over
King
Power Equipment Operators-
Service Engineers - Equipment
$72.28
7A
3K
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$69.12
7A
3K
8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$72.28
7A
3K
8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
Ming
Power Equipment Operators
Shovel, Excavator, Backhoe:
$73.49
7A
3K
View
Underground Sewer ft Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$72.84
7A
3K
8X View
Underground Sewer Ft Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$74.22
7A
3K
fV View
Underground Sewer Et W to
Over 50 Metric Tons To 90
https://secure.Ini.wa.gov/wagelookup/
14/18
5/18/2021
https://secure.ini.wa.gov/wagelookup/
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$74.99
7A
3K
8X
View
Underground Sewer a Water
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$73.49
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$73.49
7A
3K
8X
View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$72.84
7A
3K
8X
View
Underground Sewer Er Water
King
Power Equipment Operators-
Tower Bucket Elevators
$72.28
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
$74.22
7A
3K
8X
View
Underground Sewer a Water
Height Base To Boom
King
Power Equipment Operators-
Tower Crane: over 175' through
$74.99
7A
3K
8X
View
Underground Sewer Et Water
250' in height, base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$75.72
7A
3K
8X
View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or Truck
$73.49
7A
3K
8X
View
Underground Sewer Et Water
Type
King
Power Equipment Operators-
Trenching Machines
$72.28
7A
3K
8X
View
Underground Sewer 8t Water
King
Power Equipment Operators
Truck Crane Oiler/driver - 100
$72.84
7A
3K
8X
View
Underground Sewer Et Water
Tons And Over
King
Power Equipment Operators-
Truck Crane Oiler/Driver Under
$72.28
7A
3K
8X
View
Underground Sewer a Water
100 Tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$72.84
7A
3K
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$73.49
7A
3K
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Wheel Tractors, Farmall Type
$69.12
7A
3K
8X
View
Underground Sewer a Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$72.84
7A
3K
8X
View
Underground Sewer Ft Water
King
Power Line Clearance Tree
Journey Level In Charge
$55.03
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Spray Person
$52.24
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$55.03
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$49.21
5A
4A
View
Trimmers
King
Power Line Clearance Tr
Tree Trimmer Groundperson
$37.47
5A
4A
View
Trimmers
King
Refrigeration Et Air
Journey Level
$87.01
6Z
1 G
View
Conditioning Mechanics
King
Residential Brick Masors
Journey Level
$60.57
7E
1N
View
King
Residential Carpenters
Journey Level
$36.44
1
View
King
Residential Cement Masons
Journey Level
$46.64
1
View
King
Residential ❑rywall Applicators
Journey Level
$64.94
7A
4C
View
King
Residential Drywall Tapers
Journey Level
$36.36
1
View
King
Residential Electricians
Journey Level
$48.80
1
View
King
Residential _Glaziers
Journey Level
$28.93
1
View
https://secure.Ini.wa.gov/wagelookup/
15/18
5/18/2021
https://secure.Ini.wa.gov/wagelookup/
King
Residential Insulation
Journey Level
$28.18
1
View
Applicators
King
Residential Laborers
Journey Level
$29.73
1
View
King
Residential Marble Setters
Journey Level
$27.38
1
View
King
Residential Painters
Journey Level
$23.47
1
View
King
Residential Plumbers Et
Journey Level
$92.19
6Z
1 G
View
Pipefitters
King
Residential refrigeration Et Air
Journey Level
$87.01
6Z
1G
View
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level
$89.61
7F
1 E
View
Workers
King
Residential Soft Floor Layers
Journey Level
$51.91
5A
3J
View
King
Residential Sprinkler Fitters
Journey Level
$53.04
5C
2R
View
.(Fire Protection).
King
Residential Stone Masons
Journey Level
$60.57
7E
1 N
View
King
Residential Terrazzo Workers
Journey Level
$55.71
7E
1N
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$57.30
5A
3H
View
King
Roofers
Using Irritable Bituminous
$60.30
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$89.61
7F
1 E
View
King
Shipbuilding Ft Ship Repair
New Construction Boilermaker
$38.54
7V
1
View
King
Shipbuilding Ft Ship Repair
New Construction Carpenter
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$38.54
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$79.43
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Operating
$38.54
7V
1
View
Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$38.54
7V
1
View
King
Shipbuilding Ft Ship Repair
New Construction Rigger
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet Metal
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Shipfitter
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
$38.54
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder /
$38.54
7V
1
View
Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$47.35
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$47.42
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$79.43
15H
11C
View
Insulator
https://secure.Ini.wa.gov/wagelookup/
16/18
5/18/2021
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Ship uilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
King
Shipbuilding Et Ship Repair
hftps://secure.Ini.wa.gov/wagelookup/
Ship Repair Laborer
$47.35
Ship Repair Machinist
$47.35
Ship Repair Operating Engineer
$45.06
Ship Repair Painter
$47.35
Ship Repair Pipefitter
$47.35
Ship Repair Rigger
$47.35
Ship Repair Sheet Metal
$47.35
Ship Repair Shipwright
$47.35
Ship Repair Warehouse /
$45.06
Teamster
King Sign Makers Et Installers Journey Level $51.56
7X
4J
View
7X
4J
View
7Y
4K
View
7X
4.1
View
7X
4J
View
7X
4J
View
7X
4J
View
7X
4J
View
7Y
4K
View
0
1
View
.(Electrical)
King
Sign Makers Et Installers (Non-
Journey Level
$33.20 0
1
View
Electrical).
King
Soft Floor Layers
Journey Level
$51.91 5A
3.1
View
King
Solar Controls For Windows
Journey Level
$13.69
1
View
King
Sprinkler Fitters [Fire
Journey Level
$85.89 5C
1X
View
Protection).
King
Stage Rigging Mechanics {Non
Journey Level
$13.69
1
View
Structural).
King
Stone Masons
Journey Level
$60.57 7E
1 N
View
King
Street And Parking Lot Sweeper Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$72.28
Surveyor
King
Surveyors
Chainman
$69.12
King
Surveyors
Construction Site Surveyor
$73.49
King
Telecommunication Technicians
Journey Level
$53.57
King
Telephone Line Construction -
Cable Splicer
$37.40
Outside
King
Telephone Line Construction -
Hole Digger/Ground Person
$25.04
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
$31.22
Outside
(Light)
King
Telephone Line Construction -
Telephone Lineperson
$35.34
Outside
King
Terrazzo Workers
Journey Level
$55.71
King
Tile Setters
Journey Level
$55.71
King
Tile, Marble Et Terrazzo
Finisher
$46.54
Finishers
King
Traffic Control Stripers
Journey Level
$49.13
King
Truck Drivers
Asphalt Mix Over 16 Yards
$64.55
King
Truck Drivers
Asphalt Mix To 16 Yards
$63.71
King
Truck Drivers
Dump Truck
$63.71
King
Truck Drivers
Dump Truck Et Trailer
$64.55
King
Truck Drivers
Other Trucks
$64.55
King
Truck Drivers . Ready Mix
Transit Mix
$64.55
King
Well Drillers Et Irrigation lump
Irrigation Pump Installer
$17.71
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$13.69
hftps://secure.Ini.wa.gov/wagelookup/
7A
3K
8X
View
7A
3K
8X
View
7A
3K
8X
View
7E
1 E
View
5A
2B
View
5A
2B
View
5A
2B
View
5A
2B
View
7E
1 N
View
7E
1 N
View
7E
1 N
View
7A
1 K
View
5D
4Y
8L
View
5D
4Y
8L
View
5D
4Y
8L
View
5D
4Y
8L
View
5D
4Y
8L
View
5D
4Y
8L
View
1
View
1 View
17/16
5/18/2021 https:/Isecure.Ini.wa.gov/wagelookup/
Installers
King Well Drillers_ t Irrigation Pump Well Driller $18.00 1 View
Installers
https://secure.Ini.wa.gov/wagelookup/ 18/18
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
R The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through
Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Overtime Codes Continued
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
2of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
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.
M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double 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.
3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1-1/2) times the regular rate of pay.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly
rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in
excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee
returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period.
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
3of14
Benefit Code Key— Effective 3/3/2021 thru 8/31/2021
Overtime Codes Continued
4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
D, All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -
day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid
at three times the hourly rate of wage.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
4of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Overtime Codes Continued
The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement
weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12)
hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
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 ''/2) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid
at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time
shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break
of eight (8) hours.
5of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Overtime Codes Continued
4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6
am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations).
All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established
when considered necessary by the Employer.
The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022),
that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour
schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work
performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid atone and one-
half the straight time rate.
When due to conditions beyond the control of the Employer, or when contract specifications require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight
time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of
work.
When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall
be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of
eight (8) hours.
Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work
performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of
pay.
Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour
for all hours worked that shift.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked
on holidays shall be paid at double the hourly rate of wage.
11. 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. The first ten (10) hours worked on Saturday and all hours worked on holidays shall be paid at one and one-half times
the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on
Sundays shall be paid at double the hourly rate of wage.
After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until
such time as the employee has had a break of eight (8) hours or more.
6of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
HoUday Codas
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
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).
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. 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).
7of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Holiday Codes Continued
T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And
Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed
As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall
be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be
observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday
on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day,
the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday
which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a
Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
8of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Holiday Codes Continued
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.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
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.
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.
9of14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Holidav Codes Continued
7. G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on
a Saturday shall be observed as a holiday on the preceding Friday.
I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
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.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
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.
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.
10 of 14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Holidav Codes Continued
7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
15. E Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (8). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
G. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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.
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
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.
11 of 14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Note Codes Continued
8. 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.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.
Over 22l' - $5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600'
- $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
12 of 14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Note Codes Continued
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.)
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.
13 of 14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Note Codes Continued
9. 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.
F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines,
towers, dams, 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.
14 of 14
ADDENDUM NO. 1
SW DASH POINT ROAD & 47TH AVE SW COMPACT ROUNDABOUT
CFW PROJECT 36217
ATTENTION ALL BIDDERS AND PLANHOLDERS: You are hereby notified that the Bid and Contract
Documents are amended as follows:
A) CONTRACT DOCUMENTS
(1) Special Provisions Section 9-34.4:
The first paragraph of this section is revised as follows to change the reference from
the "Utah Blend" to the "Swarco Series 3132":
"Surface -drop glass beads shall be the Swarco Series 3132 bead that has a
Methacrylate compatible coupling agent approved by the material manufacturer."
B) BID QUESTIONLS
The following question(s) were sent to the City and the response is being provided here as it
may be beneficial to all bidders:
(1) Is there a geotech report for this job?
Yes, there is a geotech report, as well as an additional geotech memo
regarding the soldier pile walls. They are being provided with this addendum.
(2) Regarding bid item 25; plan sheet 12 detail A notes "Shotcrete facing color and
finish shall match adjacent wall'. This note appears to refer to the bid item
26 modular bock wall appearing on sheet 11 and per special provision 6-13. Please
confirm this is a correct interpretation.
Yes, the color and finish of the shotcrete facing on the soldier pile wall should
match the color and finish of the adjacent modular block wall.
(3) A shotcrete finish that approximates the "concrete grey" color and typical broken
face finish of a modular block is WSDOT 6-18.3(8) Alternative A. Is it appropriate to
assume this finish, WSDOT Alternative A, is appropriate for this project? If not
please, provide a picture or detailed description of the finish you would find
acceptable.
The intent of the shotcrete facing detail provided in the Advertised Bid Document
drawings is to match the shotcrete facing color and finish to the Contractor
selected adjacent modular block wall face jointing and texture as much as
possible. The selected modular block wall must meet the requirements of the
Modular Block Wall specifications in the Bid Documents. WSDOT 6018.3(8)
Alternative A specifies a broom finish to secure a uniform surface texture, which
would not match the adjacent modular block wall facing finish. The shotcrete
facing color and finish shall match the color, joint spacing, and texture of the
selected and constructed adjacent modular block to the maximum extent feasible.
C) BID OPENING
The bid opening date has not changed. All bidders are required to acknowledge receipt of
this addendum on the Bid Form. Failure to do so may cause rejection of the bid.
CITY OF FEDERAL WAY
Christine Mullen
Christine J. Mullen, P.E.
Senior Capital Engineer
City of Federal Way Addendum No. 1
SW Dash Point Rd & 471h Ave SW Compact Roundabout Page 1
MUDESIGNZu
AN NIV15 COMPANY
Memorandum
Page 1
To:
Liu
i DKS Associates
Address: 1 720 SW Washington Street, Suite 500
Portland, OR 97205
From
Date:
cc: Corey jurcak, SQ Alliance (via email only)
GDI Project: DKS-13-01
RE: Cantilever Soldier Pile Wall Recommendations
Kevi n j.. Lamb, P.E.
February 11, 2021
Federal Way 471h and Dash Point Road Roundabout Project
47`h Avenue SW and SW Dash Point Road
Federal Way, Washington
INTRODUCTION
We understand that it has been determined that site constraints and required wall heights will
prevent the use of a concrete masonry unit block gravity wall from being used to support the slope
cut on the southwest side of the intersection. Anticipated wall heights are up to approximately
10 feet and sufficient room for sloping the cut at up to a 0.75H:1 V cut would require a temporary
construction easement. A cantilever soldier pile wall has been determined to be a feasible alternative
to a gravity wall. Geotechnical recommendations to support a cantilever soldier pile wall are
provided below.
WALL DESIGN PARAMETERS
Soil parameters for estimating lateral earth pressures on the recommended shoring wall are provided
on Figure 1 and are discussed below. We have assumed that the cantilever walls and any gravity wall
sections will be free to rotate slightly around the base of the walls so that active soil conditions
develop behind the walls. The walls should be designed as permanent shoring walls with
appropriate corrosion protection for soldier piles.
We have assumed drained soil conditions for the walls based on subsurface conditions encountered
in the borings.
Static lateral earth pressures acting on the wall should also be increased to account for seismic
loading on each of the recommended wall types, as shown on Figure 1. The seismic pressure should
be estimated as a uniform rectangular pressure of 6H pounds per square foot (psf), where H is the
design retention height of the wall. The height of the wall used in the above equation should be
measured from the finished ground surface in front of the wall to the top of the wall. The resultant
should be applied at 0.6H of the exposed wall height. The value is based on one-half of the peak
horizontal ground acceleration of 0.3 g.
19201 120`h Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com
DESIGNuz
AN NIYIS COMPANY
Memorandum
Page 2
Resistance to lateral loads may be developed through friction along the base of conventional walls
and through passive resistance on the embedded portion of the wall. The recommended passive
pressure is shown on Figure 1 and assumes the grade in front of the wall will result in a slope
inclined at less than approximately 3H:1 V. Base friction resistance for the gravity wall may be
computed using a coefficient of friction of 0.4 applied to the dead load forces. A factor of safety of
1.5 has been applied to the passive pressure.
CANTILEVER SOLDIER PILE WALL
Soldier pile walls consist of H-shaped steel beams that are installed and backfilled with concrete into
vertical drilled holes. We anticipate pile spacing will be between 6 to 8 feet on -center along the wall
alignment. Cantilevered soldier pile walls are suitable for excavations up to approximately 15 feet in
height. Timber lagging is set within the pile flanges that lock it into place so that it supports the
exposed cut face.
Cantilever soldier pile walls should be designed to resist active lateral earth pressure based on the
triangular pressure distribution shown on Figure 1. We have assumed that the permanent slope
behind the wall will be inclined at less than 3H:IV.
Design of the cantilever soldier pile wall should include surcharge loads if loads are anticipated
within a horizontal distance equal to or less than the height of the wall. We recommend a lateral
surcharge pressure of 70 psf to account for up to 2 feet of soil load above the wall height behind the
wall.
Passive pressure will depend on subsurface conditions and on the slope of the ground surface in
front of the wall. The lateral earth pressures provided on Figure 1 account for sloping ground below
the wall for inclinations up to approximately 3H:1 V. The passive resistance in the upper 2 feet of soil
should be neglected adjacent to the wall.
For both the cantilever and tieback soldier pile walls, we have assumed that the shoring will deflect
into the excavation, resulting in settlement of the ground surface behind the wall. We anticipate that
settlement will become negligible within a horizontal distance of one-half the height of the wall. The
magnitude of settlement will depend on the quality of construction, but with good construction
practices it should generally be less than 1 inch to 2 inches adjacent to the wall.
SOLDIER PILES
Soldier piles should be embedded to provide enough resistance against kick -out at the toe of the
wall; we anticipate a minimum embedment depth of 1.2 to 1.5 times the depth of the excavation will
be required for cantilever soldier pile walls. Soldier piles are expected to be embedded into the
dense, glacially consolidated material encountered below surficial fill materials. We recommend
using factors of safety of 1.5 and 2.0 for design against overturning and kick -out, respectively.
Soldier piles embedded a minimum of 4 feet into undisturbed, dense, recessional outwash material
encountered below a depth of 7.5 feet below ground surface may be designed using an allowable
19201 120" Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com
�DESIGNz
AN RIYI5 COMPANY
Memorandum
Page 3
end bearing pressure of 25 kips per square foot (ksfl, which includes a factor of safety of 3.0. Shaft
resistance below the base of the excavation can be designed using a side friction value of 0.70 ksf,
which includes a factor of safety of 3.0. Side friction above the excavation base should be neglected.
L-PILE PARAMETERS
SCJ Alliance has requested L-Pile parameters to support design of the cantilever soldier pile wall.
Provided below are the recommended parameters based on the soil encountered in boring B-1 that
was drilled near the southwest corner.
• Soil type: Sand (Reese)
• Effective density: 0.072 pounds per cubic inch (pci)
• Modulus of subgrade reaction k-value: 90 pci
• Friction angle: 36 degrees
• Undrained cohesion: 0
• Strain factor: 0
For soldier pile walls with a single linear alignment of piles, no pile reduction factors for group
effects are required.
LAGGING
Lagging typically consists of untreated or pressure -treated timber planks or concrete panels.
Untreated timber planks are typically used for temporary lagging that will be in service less than
three years and will be covered with permanent, load -carrying fascia. Pressure -treated timber planks
can be used for permanent lagging and are considered to have a design life limited to approximately
20 years. Timber lagging should consist of Douglas fir -larch grade no. 2 or better in accordance with
Washington Standard Specifications for Road, Bridge, and Municipal Construction (2020) 0-09.1(1).
Concrete lagging use should be limited to cantilever soldier pile walls.
Lagging should be installed and backfilled on newly excavated faces the same working day the face
is excavated and should be designed to resist lateral earth and surcharge pressures. Lagging should
be sized using the procedures outlined in the Federal Highway Administration Geotechnical
Engineering Circular No. 4. Permanent fascia or lagging should be designed to resist 100 percent of
the recommended lateral earth pressures.
Voids that develop during construction behind the lagging should be backfilled as soon as practical.
Lean concrete or controlled density fill can be used to fill voids behind the lagging. It should be
placed in lifts at the end of each lagging stage. Gaps or voids between the lifts are acceptable and
will help prevent the buildup of hydrostatic pressure should perched water or seepage be
encountered.
19201 120`h Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com
LUDESIGNuz
AN NIV15COMPANY
TEMPORARY CUT SLOPES
Memorandum
Page 4
Excavations can be completed with conventional earthwork equipment. Trench cut excavations
should stand vertical to a depth of at least 4 feet, provided perched groundwater seepage does not
occur in the trench walls. Some sloughing and caving of the sidewalls should be expected in utility
trench excavations.
Excavations to construct retaining walls can be sloped similar to the existing slope. The existing
slope cut is inclined at approximately 1 H:1 V and is stable with occasional raveling.
We anticipate that temporary slope cuts that stand for less than two weeks can be sloped at
0.75H:1 V and can include a temporary 4-foot vertical cut at the toe. The exposed cut should be
covered with Visqueen sheeting or a geotextile material to manage occasional raveling of the slope
face. The condition of the temporary cut will need to be observed each day for indications of
instability by the Contractor's competent person or a licensed geotechnical engineer.
Where recommended slope inclination extends into adjacent private property, a cantilever soldier
pile wall is recommended to accommodate the site constraints.
All excavations should be made in accordance with applicable OSHA and state regulations. While we
have described certain approaches to excavation in the foregoing discussion, the contractor should
be responsible for selecting the excavation methods, monitoring the trench excavations for safety,
and providing shoring as required to protect personnel and adjacent areas.
We appreciate the opportunity to be of continued service to you. Please call if you have questions
concerning this memorandum or if we can provide additional services.
KJL:sn
Attachment
One copy submitted (via email only)
Document ID: DKS-13-01-021121-geom.docx
© 2021 GeoDesign, Inc. All rights reserved.
1, J L
VITAS
29441
�i►'�f �VAL�1�
Signed 02/1 1 /2021
19201 12011 Avenue SE, Suite 201 1 Bothell, WA 98011 1 206.838.9900 1 www.geodesigninc.com
FIGURES
F
PASSIVE EARTH ACTIVE EARTH TRAFFIC
PRESSURE PRESSURE SURCHARGE SEISMIC
PRESSURE
CANTILEVER SOLDIER PILE
RECOMMENDED LATERAL EARTH PRESSURES
A
B
C
D
E (TRAFFIC)
F (SEISMIC)
ACTIVE
35 PCF I
70 PSF
6H PSF
PASSIVE
300 PCF
-
LEGEND:
H TOTAL HEIGHT OF EXCAVATION (FEET)
D EMBEDMENT DEPTH (FEET)
A, B, C. .. EARTH PRESSURE FACTORS (SEE TABLE)
1 . MINIMUM RECOMMENDED EMBEDMENT (D) IS 8 FEET.
2. PASSIVE PRESSURES ARE ALLOWABLE VALUES AND INCLUDE A 1.5 FACTOR OF SAFETY.
3. PASSIVE PRESSURE ACTS OVER 2.5 TIMES THE CONCRETED DIAMETER OF THE SOLDIER PILE OR THE
PILE SPACING, WHICHEVER IS LESS.
4. APPARENT EARTH PRESSURE AND SURCHARGE ACT OVER THE PILE SPACING ABOVE THE BASE OF
THE EXCAVATION.
5. ADDITIONAL SURCHARGE FROM FOOTINGS, LARGE STOCKPILES, HEAVY EQUIPMENT, ETC. MUST BE
ADDED TO THESE PRESSURES.
6. ALL DIMENSIONS ARE IN FEET.
7. DIAGRAM IS NOT TO SCALE.
DESIGN? DKS-13-01 LATERAL EARTH PRESSURES
AN NIV15 COMPANY FEBRUARY 2021 47TH AND DASH POINT ROAD ROUNDABOUT FIGURE 1
FEDERAL WAY, WA
fl CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
07/27/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
CONTACT Rita Larsen
NAME:
Rice Insurance LLC
PHONE (360) 734-1161 1 FAX (360) 734-1173
AfC No Ext : A1C, l�30
ADDRESS: nta ricelnsurance Com
1400 Broadway
INSURER(S) AFFORDING COVERAGE
NAIC#
P.O. Box 639
INSURERA : BITCO Insurance Companies
20095
Bellingham WA 98227
INSURED
INSURER B : Ironshore Specialty Insurance Company
25445
Sound Pacific Construction LLC
INSURER C :
INSURER D:
6708144th St NW Suite
INSURER E :
WSURERF:
Gig Harbor WA 98332
COVERAGES CERTIFICATE NUMBER: CL2172185210 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1OLICY
LTR
TYPE OF INSURANCE
AWLIL
INSD
IbUtdK WVD
POLICY NUMBER
EFF
MM/DDIYYYY
POLICY EXP
MM/DDryYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
S 1.000,000
CLAIMS -MADE FX1 OCCUR
PREMISES Ea occurrence
$ 5,000
MED EXP (Any one person)
S 10,000
PERSONAL& ADV INJURY
A
Y
Y
CLP3708275
07/25/2021
07/25/2022
s 1,000,000
S 2,000,000
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
PRODUCTS - COMP/OPAGG
S 2,000,000
POLICY � PRO LOC
S
OTHER:
AUTOMOBILE LIABILITY
MBINEU SIN LE 1_IMI7
Eo a=dent
S 1,000,000
BODILY INJURY (Per person)
$
]� ANY AUTO
A
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X AUTOS ONLY AUTOS ONLY
Y
Y
CAP3708274
07/25/2021
07/25/2022
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accidentli
$
S
X
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
5 2,000,000
A
EXCESS LIAB
H_CLAIMS-MADE
Y
Y
CUP2821428
07/25/2021
07/25/2022
AGGREGATE
s 2,000,000
DED I X1 RETENTION S 10,000
s
A
'WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
.ANY PROPRIOFFICER/MEMB PROPRIETOR/PARTNER/EXECUTIVE ❑
IMandaoryinNE) EXCLUDED.
(Mandatory in NH)
NIA
CLP3708275
07/25/2021
07/25/2022
PER OTH-
STATLTE ER
EL EACH ACCIDENT
5 1,000,000
E L. DISEASE - EA EMPLOYEE
5 1,000,000
E.L. DISEASE - POLICY LIMIT
S 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
Aggregate
1, 000, 000
B
Pollution Liability
ICELLUW00111264
07125/2020
07/25/2021
Each Incident
1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: SW Dash Pt Rd & 47th Ave SW Compact Roundabout; Project 36217
City of Federal Way, its officers, elected officials, employees, agents, and volunteers are Additional Insured on the General Liability coverage. Coverage is
primary and non-contributory, Waiver of Subrogation, Ongoing Operations and Completed Operation for the General Liability. Per GL3085 & GL2784
attached. Auto Liability -Additional Insured, Waiver of Subrogation and Primary Non Contributory perAP04011017. Umbrella follows form for General
Liability, Employers Liability and Auto Liability.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Federal Way ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Ave S
AUTHORIZED REPRESENTATIVE
Federal Way WA 98003
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
BITCO GENERAL INSURANCE CORPORATION
BITCO NATIONAL INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BROADENED COVERAGE - AUTOMOBILES
The following modifies insurance provided under:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply
unless modified by this endorsement.
1 - Broad Form Named Insured
2 - Automatic Waiver of Subrogation
3 - Automatic Additional Insured
4 - Primary and Noncontributory - Other
Insurance Condition
5 - Unintentional Failure to Disclose Hazards
6 - Extended Notice of Cancellation,
Non -Renewal
7 - When We Do Not Renew
8 - Notice of Knowledge of Accident or Loss
9 - Employees as Insured
10 - Employee Hired Autos
1. BROAD FORM NAMED INSURED
11 - Bodily Injury Extension
12 - Hired Auto Physical Damage
13 - Enhanced Supplementary Payments
14 - Fellow Employee Coverage for Designated
Positions
15 - Physical Damage — Transportation Expenses
16 - Rental Reimbursement Coverage
17 - Loan/Lease Gap Coverage
18 - Accidental Air Bag Discharge Coverage
19 - Glass Repair — Waiver of Deductible
SECTION II. A. 1. -WHO IS AN INSURED - Paragraph d. is added:
d. Any organization you newly acquire or form, except for a partnership, joint venture or limited
liability company, and over which you maintain majority ownership or interest (51 % or more)
or for which you have assumed the active management, will qualify as a Named Insured if
there is no other similar insurance available to that organization. However, coverage under
this provision is only afforded until the end of the policy period or the 12-month anniversary of
the policy inception date, whichever is earlier.
2. AUTOMATIC WAIVER OF SUBROGATION
Section IV — Business Auto Conditions, Paragraph A.S., Transfer of Rights of Recovery
Against Others to Us, is deleted and replaced with the following:
a. If the insured has rights to recover all or part of any payment we have made under this
Coverage Form, those rights are transferred to us. The insured must do nothing after loss to
impair those rights. At our request, the insured will bring "suit" or transfer those rights to us
and help us enforce them.
b. If required by a written contract executed prior to loss, we waive any right of recovery we may
have against any person or organization because of payments we make for damages under
this coverage form.
AP-0401 (10/17) -1-
AUTOMATIC ADDITIONAL INSURED
SECTION II — WHO IS AN INSURED, Paragraph A.1, is amended to include as an "insured" any
person or organization who is required by written contract or agreement to be an additional insured
on your policy, but only with respect to liability arising out of operations performed by you or on your
behalf for the additional insured.
4. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION
The following is added to the Other Insurance Condition in the Business Auto Coverage Form and
the Other Insurance - Primary And Excess Insurance Provisions in the Motor Carrier Coverage
Form 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 writing in a contract or agreement that this insurance would be primary
and would not seek contribution from any other insurance available to such "insured
5. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
Although we relied on your representations as to existing and past hazards, if unintentionally you
should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage
under this Coverage Form because of such failure.
6. EXTENDED NOTICE OF CANCELLATION, NON -RENEWAL
The COMMON POLICY CONDITIONS, Item A.2.b. is deleted and replaced with the following:
A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason
WHEN WE DO NOT RENEW
SECTION IV — BUSINESS AUTO CONDITIONS, is amended to add Item B.9.
a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured shown
in the Declarations written notice of the nonrenewal not less than 60 days before the
expiration date.
b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that
you may extend the period of this policy for a maximum additional sixty (60) days from its
scheduled expiration date. Where not otherwise prohibited by law, the existing terms,
conditions and rates will remain in effect during that extension period. It is further agreed that
so long as it is not otherwise prohibited by law, this one-time sixty-day extension is the sole
remedy and liquidated damages available to the insured as a result of our failure to give the
notice as prescribed in 9. a. above.
8. NOTICE OF KNOWLEDGE OF ACCIDENT OR LOSS
SECTION IV - BUSINESS AUTO CONDITIONS, Item A.2.a. is deleted and replaced with the
following:
2. Duties in the Event of Accident, Claim Suit or Loss:
a. You must see to it that we are notified of an "accident", "claim", "suit" or "loss" which
may result in a claim as soon as practicable after the "occurrence" has been reported to
you, a partner, a member, an officer, or an employee designated to give notice to us.
Notice should include:
AP-0401 (10/17) -2-
(1) How, when and where the "accident" or "loss" occurred;
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and
witnesses.
9. EMPLOYEES AS INSURED
The following is added to the Section II - Covered Autos Liability Coverage, Paragraph A.I. Who
Is An Insured provision:
Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or
borrow in your business or your personal affairs.
10. EMPLOYEE HIRED AUTOS
A. Changes In Covered Autos Liability Coverage
The following is added to the Who Is An Insured Provision:
An "employee" of yours is an "insured" while operating an "auto" hired or rented under a
contract or agreement in an "employee's" name, with your permission, while performing duties
related to the conduct of your business.
B. Changes In General Conditions
Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and
Paragraph 5.f. of the Other Insurance - Primary And Excess Insurance Provisions
Condition in the Motor Carrier Coverage Form are replaced by the following:
For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"
you own:
1. Any covered "auto" you lease, hire, rent or borrow; and
2. Any covered "auto" hired or rented by your "employee" under a contract in an
"employee's" name, with your permission, while performing duties related to the conduct
of your business.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered
"auto".
11. BODILY INJURY EXTENSION
SECTION V - DEFINITIONS, Paragraph C. is deleted and replaced by the following:
C. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including
mental anguish or death resulting from any of these, at any time. Mental anguish means any
type of mental or emotional illness or disease.
12. HIRED AUTO PHYSICAL DAMAGE
SECTION III.A.4. - Coverage Extensions - Paragraph c. is added
C. Hired Auto Physical Damage
If Comprehensive, Specified Causes of Loss or Collision coverage is provided under this
policy, then Hired Auto Physical Damage is provided for that coverage part subject to the
following:
AP-0401 (10/17) -3-
(1) The most we will pay for any one "accident" or "loss" under this Hired Auto Physical
Damage Coverage is the lesser of:
(a) The any one "Accident" or "Loss" amount of $100,000;
(b) The actual cash value; or
(c) Cost of repair.
Our obligation to pay for a loss in c.(1) above will be reduced by a deductible. The
deductible will be equal to the largest deductible applicable to any owned "auto" for that
coverage. The deductible will be waived for "loss" caused by fire or lightning.
(2) Subject to paragraph c.(1). above, we will provide coverage equal to the broadest
physical damage coverage applicable to any covered "auto" shown in the declarations.
(3) When you are required by written contract to indemnify a lessor for actual financial loss
because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we
will cover that financial loss subject to the limit specified in paragraph c.(1).
13. ENHANCED SUPPLEMENTARY PAYMENTS
SECTION II.A.2.a. COVERAGE EXTENSIONS, Supplementary Payments (2) and (4) are replaced
by the following:
(2) Up to $2,500 for the cost of bail bonds (including bonds for related traffic laws 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 $350 a day because of time off from work.
14. FELLOW EMPLOYEE COVERAGE FOR DESIGNATED POSITIONS
The Fellow Employee Exclusion contained in Section II.B.5. does not apply to the following
positions or job titles: foreman, supervisor, manager, officer, partner or other senior level
"employee". Coverage is excess over all other collectible insurance.
15. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES
SECTION III.A.4.a. Transportation Expenses is replaced by the following:
a. Transportation Expenses
We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense
incurred by you because of the total theft of a covered "auto". We will pay only for those covered
"autos" for which you carry either Comprehensive or Specified Cause of Loss Coverage. We will
pay for temporary transportation expenses incurred during the period beginning 48 hours after the
theft and ending, regardless of the policy's expirations, when the covered "auto" is returned to use or
we pay for its "loss".
For autos provided with temporary transportation expense, the following physical damage coverage
will apply:
(1) The most we will pay for any one "accident" or "loss" under the temporary transportation
expense physical damage coverage is the lessor of:
(a) The any one "Accident" or "Loss" amount of $100,000;
(b) The actual cash value; or
AP-0401 (10/17) -4-
(c) Cost of repair.
Our obligation to pay for a loss in a.(1) above will be reduced by a deductible. The deductible
will be equal to the largest deductible applicable to any owned "auto" for that coverage. The
deductible will be waived for "loss" caused by fire or lightning.
(2) Subject to paragraph a.(1). above, we will provide coverage equal to the broadest physical
damage coverage applicable to any covered "auto" shown in the declarations.
(3) When you are required by written contract to indemnify a lessor for actual financial loss
because of loss of use of a hired "auto" resulting from a covered "accident" or "loss", we will
cover that financial loss subject to the limit specified in paragraph a.(1).
16. RENTAL REIMBURSEMENT COVERAGE
SECTION III.A.4. - Coverage Extensions - Paragraph d. is added
d. If you carry Comprehensive, Specified Causes of Loss or Collision coverage for the damaged
covered "auto" as provided under this policy, then Rental Reimbursement Coverage is
provided for that coverage part subject to the following:
We will pay for rental reimbursement expenses incurred by you for the rental of an
"auto" because of "loss" other than theft, to a covered "auto". Payment applies in
addition to the otherwise applicable amount of each coverage you have on a covered
"auto". No deductibles apply to this coverage.
2. We will only pay for those expenses incurred during the policy period beginning 24
hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of
the following number of days:
(a) The number of days reasonably required to repair or replace the covered "auto";
or,
(b) 30 days.
(c) Our payment is limited to the lesser of the following amounts:
(1) Necessary and actual expenses incurred; or
(2) $50 per day.
17. LOAN/LEASE GAP COVERAGE
Physical Damage Coverage is amended by the addition of the following:
In the event of a total "loss" to a covered "auto", we will pay your additional legal obligation for any
difference between the actual cash value of the "auto" at the time of the loss and the "outstanding
balance" of the loan/lease, not to exceed $2,500 for any one vehicle or $25,000 annually in
aggregate.
For the purposes of this endorsement, "outstanding balance" means the amount you owe on
the loan/lease at the time of loss less any amounts representing taxes, overdue payments,
penalties, interest or charges resulting from overdue payments, additional mileage charges,
excess wear and tear charges or lease termination fees, costs for extended warranties, credit
Life Insurance; Health, Accident or Disability Insurance purchased with the loan or lease; and
carry-over balances from previous loans or leases.
18. ACCIDENTAL AIR BAG DISCHARGE COVERAGE
SECTION III.B.3.a - Exclusions. This exclusion does not apply to the accidental discharge of an air
bag.
AP-0401 (10/17) -5-
19. GLASS REPAIR - WAIVER OF DEDUCTIBLE
SECTION 111.13 - Deductible is replaced with the following:
For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen
property will be reduced by the applicable deductible shown in the Declarations. Any
Comprehensive Coverage deductible shown in the Declarations does not apply to "loss" caused by
fire or lightning. The deductible does not apply to glass damage if the glass is repaired rather than
replaced.
AP-0401 (10/17) -6-
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
TRANSPORTATION CONTRACTORS EXTENDED
LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
It is agreed that the provisions listed below apply only upon the entry of an ❑X in the box next to the caption
of such provision.
A. X I
Partnership and Joint Venture Extension
B. 0
Contractors Automatic Additional Insured
Coverage — Ongoing Operations
C. F-x]
Automatic Waiver of Subrogation
D. ❑x
Extended Notice of Cancellation, Nonrenewal
E. x❑
Unintentional Failure to Disclose Hazards
F. I -xi
Broadened Mobile Equipment
G. Q
Personal and Advertising Injury - Contractual
Coverage
H. ED
Nonemployment Discrimination
I. x❑
Liquor Liability
J. Fx7
Broadened Conditions
K FX]
Automatic Additional Insureds — Equipment
Leases
L. Fx
Suits Against Dredges and Barges
M. Fx
Insured Contract Extension - Railroad Property
and Construction Contracts
N Construction Project General Aggregate Limits
O. 0 Fellow Employee Coverage
P. x❑ Property Damage Liability - Elevators
Q. IR-1 Property Damage to the Named Insured's Work
R ! ^ 1 Care, Custody or Control
S LXJ Electronic Data Liability Coverage
T. F7x Consolidated Insurance Program
Residual Liability Coverage
U n Automatic Additional Insureds — Managers or
Lessors of Premises
V. L x Automatic Additional Insureds — State or
Governmental Agency or Political Subdivisions —
Permits or Authorizations
W 0 Contractors Automatic Additional Insured
Coverage — Completed Operations
X. x0 Additional Insured — Engineers, Architects or
Surveyors
A. PARTNERSHIP AND JOINT VENTURE EXTENSION
The following provision is added to SECTION II - WHO IS AN INSURED
The last full paragraph which reads as follows:
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.
is deleted and replaced with the following
GL-3086 (09/11) -1-
With respect to the conduct of any past or present joint venture or partnership not shown as a
Named Insured in the Declarations and of which you are or were a partner or member, you are
an insured, but only with respect to liability arising out of "your work" on behalf of any partnership
or joint venture not shown as a Named Insured in the Declarations, provided no other similar
liability insurance is available to you for "your work" in connection with your interest in such
partnership orjoint venture.
B. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE — ONGOING OPERATIONS
SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or
organization who is required by written contract to be an additional insured on your policy, but only
with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured(s) at the project(s)
designated in the written contract.
With respect to the insurance afforded to these additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or "property damage" occurring after:
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
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 other than another contractor or subcontractor
engaged in performing operations for a principal as a part of the same project.
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
C. AUTOMATIC WAIVER OF SUBROGATION
Item 8. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and
replaced with the following:
8. Transfer of Rights of Recovery Against Others to Us and Automatic Waiver of
Subrogation.
a. If the insured has rights to recover all or part of any payment we have made under this
Coverage Form, those rights are transferred to us. The insured must do nothing after loss
to impair those rights. At our request, the insured will bring "suit' or transfer those rights to
us and help us enforce them.
b. If required by a written contract executed prior to loss, we waive any right of recovery we
may have against any person or organization because of payments we make for injury or
damage arising out of "your work" for that person or organization.
GL-3086 (09/11) -2-
D. EXTENDED NOTICE OF CANCELLATION, NONRENEWAL
Item A.2.b. of the COMMON POLICY CONDITIONS, is deleted and replaced with the following:
A.2.b. 60 days before the effective date of the cancellation if we cancel for any other reason
Item 9. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, is deleted and
replaced with the following:
9. WHEN WE DO NOT RENEW
a. If we choose to nonrenew this policy, we will mail or deliver to the first Named Insured
shown in the Declarations written notice of the nonrenewal not less than 60 days before the
expiration date.
b. If we do not give notice of our intent to nonrenew as prescribed in a. above, it is agreed that
you may extend the period of this policy for a maximum additional sixty (60) days from its
scheduled expiration date. Where not otherwise prohibited by law, the existing terms,
conditions and rates will remain in effect during that extension period. It is further agreed
that so long as it is not otherwise prohibited by law, this one time sixty day extension is the
sole remedy and liquidated damages available to the insured as a result of our failure to
give the notice as prescribed in 9. a. above.
E. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
Although we relied on your representations as to existing and past hazards, if unintentionally you
should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage
under this Coverage Form because of such failure.
F. BROADENED MOBILE EQUIPMENT
Item 12.b. of SECTION V - DEFINITIONS, is deleted and replaced with the following
12.b. Vehicles maintained for use solely on or next to premises, sites or locations you own, rent or
occupy.
G. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL COVERAGE
Exclusion 2.e. of SECTION I, COVERAGE B is deleted.
H. NONEMPLOYMENT DISCRIMINATION
Unless "personal and advertising injury" is excluded from this policy:
Item 14. of SECTION V - DEFINITIONS, is amended to include:
"Personal and advertising injury" also means embarrassment or humiliation, mental or emotional
distress, physical illness, physical impairment, loss of earning capacity or monetary loss, which is
caused by "discrimination."
SECTION V - DEFINITIONS, is amended to include:
"Discrimination" means the unlawful treatment of individuals based on race, color, ethnic origin,
age, gender or religion.
GL-3086 (09/11) -3-
Item 2. Exclusions of SECTION I, COVERAGE B, is amended to include:
"Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the
past employment, employment or prospective employment of any person or class of persons by
any insured;
"Personal and advertising injury" arising out of "discrimination" by or at your, your agents or your
"employees" direction or with your, your agents or your "employees" knowledge or consent;
"Personal and advertising injury" arising out of "discrimination" directly or indirectly related to the
sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any dwelling,
permanent lodging or premises by or at the direction of any insured.
Fines, penalties, specific performance or injunctions levied or imposed by a governmental entity,
or governmental code, law, or statute because of "discrimination."
I. LIQUOR LIABILITY
Exclusion 2.c. of SECTION I, COVERAGE A, is deleted.
J. BROADENED CONDITIONS
Items 2.a. and 2.b. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, are
deleted and replaced with the following:
Duties In The Event Of Occurrence, Offense, Claim Or Suit:
a. You must see to it that we are notified of an 'occurrence" or an offense which may result in
a claim as soon as practicable after the 'occurrence" has been reported to you, one of your
officers or an "employee" designated to give notice to us. Notice should include:
(1) How, when and where the "occurrence" or offense took place;
(2) The names and addresses of any injured persons and witnesses; and
(3) The nature and location of any injury or damage arising out of the 'occurrence" or
offense.
b. If a claim is made or "suit" is brought against any insured, you must:
(1) Record the specifics of the claim or "suit" and the date received as soon as you, one
of your officers, or an "employee" designated to record such information is notified of
it; and
(2) Notify us in writing as soon as practicable after you, one of your officers, your legal
department or an "employee" you designate to give us such notice learns of the
claims or "suit."
Item 2.e. is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS:
2.e. If you report an 'occurrence" to your workers compensation insurer which develops into a
liability claim for which coverage is provided by the Coverage Form, failure to report such
"occurrence" to us at the time of 'occurrence" shall not be deemed in violation of paragraphs
2.a., 2.b., and 2.c. However, you shall give written notice of this 'occurrence" to us as soon as
you are made aware of the fact that this 'occurrence" may be a liability claim rather than a
workers compensation claim.
GL-3086 (09/11) -4-
K. AUTOMATIC ADDITIONAL INSUREDS - EQUIPMENT LEASES
SECTION II - WHO IS AN INSURED is amended to include any person or organization with whom
you agree in a written equipment lease or rental agreement to name as an additional insured with
respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, at
least in part, by your maintenance, operation, or use by you of the equipment leased to you by such
person or organization, subject to the following additional exclusions.
The insurance provided to the additional insured does not apply to:
"Bodily injury" or "property damage" occurring after you cease leasing the equipment.
2. "Bodily injury" or "property damage" arising out of the sole negligence of the additional insured.
3. "Property damage" to:
a. Property owned, used or occupied by or rented to the additional insured; or
b. Property in the care, custody or control of the additional insured or over which the
additional insured is for any purpose exercising physical control.
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
L. SUITS AGAINST DREDGES AND BARGES
We agree that any "suit' in rem against any dredge or barge owned, operated by or for you, and used
in your operations, shall in all respects be treated in the same manner as though the "suit' were
against you.
This coverage is excess over and above any specific insurance on any dredge or barge owned,
operated by or for you, and used in your operations.
M. INSURED CONTRACT EXTENSION - RAILROAD PROPERTY AND CONSTRUCTION CONTRACTS
Item 9. of SECTION V - DEFINITIONS, is deleted and replaced with the following.
"Insured Contract" means:
a. A contract for a lease of premises. However, that portion of the contract for a lease of
premises that indemnifies any person or organization for damage by fire to premises while
rented to you or temporarily occupied by you with permission of the owner is not an
"insured contract";
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection
with work for a municipality;
e. An elevator maintenance agreement;
GL-3086 (09/11) -5-
f. That part of any other contract or agreement pertaining to your business (including an
indemnification of a municipality in connection with work performed for a municipality)
under which you assume the tort liability of another party to pay for "bodily injury" or
"property damage" to a third person or organization. Tort liability means a liability that
would be imposed by law in the absence of any contract or agreement.
Paragraph f. does not include that part of any contract or agreement:
(1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of:
(a) Preparing, approving, or failing to prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders, change orders or drawings and
specifications; or
(b) Giving directions or instructions, or failing to give them, if that is the primary
cause of the injury or damage; or
(2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an
injury or damage arising out of the insured's rendering or failure to render professional
services, including those listed in (1) above and supervisory, inspection, architectural
or engineering activities.
N. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMITS
This modifies SECTION III - LIMITS OF INSURANCE.
A. For all sums which can be attributed only to ongoing operations at a single construction project
for which the insured becomes legally obligated to pay as damages caused by an "occurrence"
under SECTION I - COVERAGE A, and for all medical expenses caused by accidents under
SECTION I - COVERAGE C:
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 COVERAGE C regardless of the number of:
a. Insureds;
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.
GL-3086 (09/11) -6-
B. For all sums which cannot be attributed only to ongoing operations at a single construction
project for which the insured becomes legally obligated to pay as damages caused by an
"occurrence" under SECTION I - COVERAGE A, and for all medical expenses caused by
accidents under SECTION I - COVERAGE C:
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. 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 a 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 be applicable.
O. FELLOW EMPLOYEE COVERAGE
Exclusion 2.e. Employers Liability of SECTION I, COVERAGE A, is deleted and replaced with the
following:
2.e. "Bodily injury" to
(1) An "employee" of the insured arising out of and in the course of:
(a) Employment by the insured; or
(b) Performing duties related to the conduct of the insured's business; or
(2) The spouse, child, parent, brother or sister of that "employee" as a consequence of
paragraph (1) 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 damages with or repay someone else who must pay damages
because of the injury.
This exclusion does not apply to:
(1) Liability assumed by the insured under an "insured contract"; or
(2) Liability arising from any action or omission of a co -"employee" while that co -"employee" is
either in the course of his or her employment or performing duties related to the conduct of
your business.
GL-3086 (09/11) -7-
Item 2.a. (1)(a) of SECTION II - WHO IS AN INSURED, is deleted and replaced with the following:
2.a. (1)(a) To you, to your partners or members (if you are a partnership or joint venture) or to your
members (if you are a limited liability company), or to your "volunteer workers" while
performing duties related to the conduct of your business.
P. PROPERTY DAMAGE LIABILITY - ELEVATORS
"Property damage" liability is changed as follows:
Exclusions 2J.(3) and 2J.(4) of SECTION I, COVERAGE A, do not apply to the use of
elevators.
2. The insurance afforded by reason of this provision is excess over any valid and collectible
property insurance (including any deductible portion thereof) available to the insured whether
primary, excess, contingent or on any other basis, and the OTHER INSURANCE condition is
changed accordingly.
Q. PROPERTY DAMAGE TO THE NAMED INSURED'S WORK
Exclusion I of SECTION I, COVERAGE A. is deleted and replaced with the following:
Damage to Your Work
"Property damage" to "your work" arising out of it or any part of it and included in the "products
completed operation hazard."
This exclusion applies only to that portion of any loss in excess of $50,000 per occurrence if the
damaged work and the work out of which the damage arises was performed by you.
This exclusion does not apply if the damaged work or the work out of which the damage arises
was performed on your behalf by a subcontractor.
R. CARE, CUSTODY OR CONTROL
Exclusion 2J.4 of SECTION I, COVERAGE A. is deleted and replaced with the following:
2.j.4 Personal property in the care, custody or control of the insured. However, for personal property
in the care, custody or control of you or your "employees," this exclusion applies only to that
portion of any loss in excess of $25,000 per occurrence, subject to the following terms and
conditions;
(a) The most that we will pay under this provision as an annual aggregate is $100,000,
regardless of the number of occurrences.
(b) This provision does not apply to "employee" owned property or any property that is missing
where there is not physical evidence to show what happened to the property.
(c) The aggregate limit for this coverage provision is part of the General Aggregate Limit and
SECTION III - LIMITS OF INSURANCE is changed accordingly.
(d) In the event of damage to or destruction of property covered by this exception, you shall, if
requested by us, replace the property or furnish the labor and materials necessary for
repairs thereto, at actual cost to you, exclusive of prospective profit or overhead charges of
any nature.
GL-3086 (09/11) -8-
(e) $2,500 shall be deducted from the total amount of all sums you became obligated to pay as
damages on account of damage to or destruction of all property of each person or
organization, including the loss of use of that property, as a result of each 'occurrence."
Our limit of liability under the endorsement as being applicable to each 'occurrence" shall
be reduced by the amount of the deductible indicated above; however, our aggregate limit
of liability under this provision shall not be reduced by the amount of such deductible. The
conditions of the policy, including those with respect to duties in the event of 'occurrence,"
claims or "suit' apply irrespective of the application of the deductible amount. We may pay
any part or all of the deductible amount to effect settlement of any claim or "suit' and, upon
notification of the action taken, you shall promptly reimburse us for such part of the
deductible amount as has been paid by us.
S. ELECTRONIC DATA LIABILITY COVERAGE
Exclusion 2.p. Electronic Data of SECTION I, COVERAGE A, is deleted and replaced with
the following:
2.p. Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to
access, or inability to manipulate "electronic data" that does not result from physical injury
to tangible property.
2. The following definition is added to SECTION V — DEFINITIONS:
"Electronic data" means information, facts or programs stored as or on, created or used on, or
transmitted to or from computer software (including systems and applications software), hard or
floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which
are used with electronically controlled equipment.
3. For the purposes of this coverage, the definition of "property damage" in SECTION V —
DEFINITIONS is replaced by the following:
"Property damage" means:
a. Physical injury to tangible property, including all resulting loss of use of that property. All
such loss of use shall be deemed to occur at the time of the physical injury that caused it;
b. Loss of use of tangible property that is not physically injured. All such loss of use shall be
deemed to occur at the time of the 'occurrence" that caused it; or
C. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly
manipulate "electronic data", resulting from physical injury to tangible property. All such
loss of "electronic data" shall be deemed to occur at the time of the 'occurrence" that
caused it.
For the purposes of this insurance, "electronic data" is not tangible property
T. CONSOLIDATED INSURANCE PROGRAM RESIDUAL LIABILITY COVERAGE
With respect to "bodily injury", "property damage", or `personal and advertising injury" arising out of
your ongoing operations; or operations included within the "products -completed operations hazard",
the policy to which this coverage is attached shall apply as excess insurance over coverage available
to "you" under a Consolidated Insurance Program (such as an Owner Controlled Insurance Program
or Contractors Controlled Insurance Program).
Coverage afforded by this endorsement does not apply to any Consolidated Insurance Program
involving a "residential project' or any deductible or insured retention, specified in the Consolidated
Insurance Program.
GL-3086 (09/11) -9-
The following is added to Section V — Definitions
"Residential project" means any project where 30% or more of the total square foot area of the
structures on the project is used or is intended to be used for human residency. This includes but is
not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or
planned unit developments and appurtenant structures (including pools, hot tubs, detached garages,
guest houses or any similar structures). A "residential project' does not include military owned
housing, college/university owned housing or dormitories, long term care facilities, hotels, motels,
hospitals or prisons.
All other terms, provisions, exclusions and limitations of this policy apply.
U. AUTOMATIC ADDITIONAL INSUREDS - MANAGERS OR LESSORS OR PREMISES
SECTION II — WHO IS AN INSURED is amended to include:
Any person or organization with whom you agree in a written contract or written agreement to name
as an additional insured but only with respect to liability arising out of the ownership, maintenance or
use of that part of the premises, designated in the written contract or written agreement, that is leased
to you and subject to the following additional exclusions:
This insurance does not apply to:
1. Any 'occurrence" which takes place after you cease to be a tenant in that premises.
Structural alterations, new construction or demolition operations performed by or on behalf of
the additional insured listed in the written contract or written agreement.
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
V. AUTOMATIC ADDITIONAL INSUREDS — STATE OR GOVERNMENTAL AGENCY OR POLITICAL
SUBDIVISIONS — PERMITS OR AUTHORIZATIONS
SECTION II — WHO IS AN INSURED is amended to include any state or governmental agency or
subdivision or political subdivision with whom you are required by written contract, ordinance, law or
building code to name as an additional insured subject to the following provisions:
This insurance applies only with respect to operations performed by you or on your behalf for which
the state or governmental agency or subdivision or political subdivision has issued a permit or
authorization.
This insurance does not apply to:
"Bodily injury", "property damage" or "personal and advertising injury' arising out of operations
performed for the federal government, state or municipality; or
"Bodily injury" or "property damage" included within the "products -completed operations
hazard".
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
GL-3086 (09/11) -10-
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
W. CONTRACTORS AUTOMATIC ADDITIONAL INSURED COVERAGE — COMPLETED OPERATIONS
SECTION II — WHO IS AN INSURED is amended to include as an additional insured any person or
organization who is required by written contract to be an additional insured on your policy for
completed operations, but only with respect to liability for "bodily injury" or "property damage" caused,
in whole or in part, by "your work" at the project designated in the contract, performed for that
additional insured and included in the "products -completed operations hazard".
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
X. ADDITIONAL INSURED — ENGINEERS, ARCHITECTS OR SURVEYORS
SECTION II — WHO IS AN INSURED is amended to include as an additional insured any architect,
engineer or surveyor who is required by written contract to be an additional insured on your policy,
but only with respect to liability for "bodily injury", "property damage" or "personal and advertising
injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations performed by you or on your behalf.
This includes such architect, engineer or surveyor, who may not be engaged by you, but is
contractually required to be added as an additional insured to your policy.
With respect to the insurance afforded to these additional insureds, the following additional exclusion
applies:
This insurance does not apply to "bodily injury", "property damage" or "personal and advertising
injury" arising out of the rendering of or the failure to render any professional services, including:
1. The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports,
surveys, change orders, designs or specifications; or
2. Supervisory, inspection or engineering services.
This insurance is excess of all other insurance available to the additional insured, whether primary,
excess, contingent or on any other basis, unless the written contract requires this insurance to be
primary. In that event, this insurance will be primary relative to insurance policy(s) which designate
the additional insured as a Named Insured in the Declarations and we will not require contribution
from such insurance if the written contract also requires that this insurance be non-contributory. But
with respect to all other insurance under which the additional insured qualifies as an insured or
additional insured, this insurance will be excess.
GL-3086 (09/11) -11-
This endorsement modifies insurance provided under the following:
It is agreed that the provisions listed below apply only upon the entry of an FX-1 in the box next to the caption
of such provision.
A OX
Broad Form Named Insured
F. I-X]
Chartered Aircraft
B. ❑X
Bodily Injury Extension
G. EX]
Coverage Territory Broadened
C. OX
Employee As Insureds - Health Care Services
H. n
Medical Payments - Increased Limits
D. ❑X
Non -Owned Watercraft Liability
I. F-X]
Expanded Expected or Intended Exception
E [X I
Liberalization
J. F-x1
Property Perils Legal Liability
K ❑X
Broadened Supplementary Payments
SECTION II - WHO IS AN INSURED , Paragraph 3 is deleted and replaced by the following:
3. Any organization you newly acquire or form, except for a partnership, joint venture or limited
liability company, and over which you maintain majority ownership or interest (51%or more) or
for which you have assumed the active management, will qualify as a Named Insured if there is
no other similar insurance available to that organization. However:
a Coverage under this provision is afforded only until the end of the policy period or the 12-
month anniversary of the policy inception date, whichever is earlier;
b. Coverage A does not apply to "bodily injury' or "property damage" that occurred before
you acquired or formed the organization;
C. Coverage B does not apply to "personal and advertising injury" arising out of an offense
committed before you acquired or formed the organization.
B. BWLY INJURY S ENSION
SECTION V - DEFINITIONS , Paragraph 3, is deleted and replaced by the following:
3. "Bodily injury' means bodily injury, siclamess or disease sustained by a person, including
mental anguish or death resulting from any of these, at any time. Mental anguish means any
type of mental or emotional illness or disease.
G. EMPLOYEES AS INSUREDS - HEALTH CARE SERVICES
SECTION II - WHO IS AN INSURED , Item Za(1xd) is deleted.
GL-2784 (09/11) -1-
D. NOI+OVMED WATERCRAFT UABI LJT Y
SECTION I - COVERAGES, COVERAGE A 2 ExamsONS , Item g.(2) is replaced with:
(2) A watercraft you do not own that is:
(a) Less than 51 feet long; and
(b) Not being used to carry persons or property for a charge.
E. UBERAUZATION
SECTION IV - CONDITIONS , is amended to include:
10. Liberalization
If we adopt a change in our forms or rules which would broaden the coverage of this policy
without an additional premium charge, the broader coverage will apply. This extension is
effective upon the approval of such broader coverage in your state of domicile.
SECTION I - COVERAGES , Coverage A, Exclusions, Item 2g.(6) is added:
(6) An aircraft in which you have no ownership interest and that you have chartered with crew.
SECTION V - DEFINITIONS , Item Aa. is replaced with:
a The United States of America (including its territories and possessions), Canada, Bermuda, the
Bahamas, the Cayman Islands, British Virgin Islands and Puerto Fbco.
Unless COVERAGE C. -MEDICAL PAYMENTS is excluded from this policy:
SECTION I - COVERAGES , Coverage C , Insuring Agreement, Item c. is added:
a The medical expense limit provided by this policy shall be the greater of:
(1) $10,000; or
(2) The amount shown in the declarations.
I. E)PANDED EXPECTED or INTENDED EXCEPTION
SECTION I - COVERAGES , 2. Exclusions Item a is amended as follows:
a Expected or Ink nded 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.
GL-2784 (09/11) -2-
A SECTION I - COVERAGES, COVERAGE A, 2. Exclusions, the last paragraph following
exclusion q. is replaced with:
Exclusion a through n., do not apply to damage by fire, explosion, smoke, water damage,
sprinkler leakage, or lightning to premises while rented to you or temporarily occupied by you
with the permission of the owner. A separate limit of insurance applies to this coverage as
described in SECTION III - LIMITS OF INSURANCE .
B. SECTION III - LIMITS OF INSURANCE , Item 6. is replaced with:
6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay
under Coverage A for damages because of 'property damage" to any one premises
while rented to you, or in the case of damages by fire, explosion, smoke, water damage,
sprinkler leakage or lightning, while rented to you or temporarily occupied by you with the
permission of the owner, arising out of any one fire, explosion, smoke, water damage,
sprinkler leakage or lightning incident.
The Damage to Premises Rented to You Limit provided by this policy shall be the greater
of:
2- The amount shown in the declarations.
C. SECTION IV - COLMERCiAL GENERAL LIABILITY CONDITIONS, Item 4.b.(lxaxii) is
replaced with:
(H) That is fire, explosion, smoke, water damage, sprinkler leakage or lightning insurance for
premises while rented to you or temporarily occupied by you with the permission of the
owner.
D. SECTION V - DEFINfIIONS , Item 9.a. is replaced with:
a A contract for a lease of premises. However, that portion of the contract for a lease of
premises that indemnifies any person or organization for damage by fire, explosion,
smoke, water damage, sprinkler leakage or lightning to premises while rented to you or
temporarily occupied by you with the permission of the owner is not an "insured contract."
SECTION I - COVERAGES, SUPR I NE3+TTARY PAYMENTS - Coverages A and B, Item 1.b.
and 1.d. are replaced with:
1.b. The 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. M do not have to
fumish these bonds.
1.d. All reasonable expenses incurred by the insured at our request to assist us in the investigation
or defense of the claim or "suit," including actual loss of earnings up to $500 a day because of
time off from works
GL-2784 (09/11) -3-
7/22/2021
Corporations and Charities System
BUSINESS INFORMATION
Business Name:
SOUND PACIFIC CONSTRUCTION LLC
UBI Number:
603 606 759
Business Type:
WA LIMITED LIABILITY COMPANY
Business Status:
ACTIVE
Principal Office Street Address:
6708144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Principal Office Mailing Address:
6708 144TH ST NW STE A, GIG HARBOR, WA, 98332-8735, UNITED STATES
Expiration Date:
04/30/2022
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
04/15/2016
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
PAIJE ABPLANALP
Street Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
Mailing Address:
3902 157TH ST CT NW, GIG HARBOR, WA, 98332-0000, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
JOHN
BRUNSON
GOVERNOR
INDIVIDUAL
PAVE
ABPLANALP
GOVERNOR
INDIVIDUAL
PARRI
BRUNSON
GOVERNOR
INDIVIDUAL
THOMAS
ABPLANALP
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1
7/22/2021
Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name:
SOUND PACIFIC CONSTRUCTION LLC
Business name:
SOUND PACIFIC CONSTRUCTION LLC
Entity type:
Limited Liability Company
UBI #:
603-606-758
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Mailing address: 6708 144TH ST NW
STE A
GIG HARBOR WA 98332-8735
Excise tax and reseller permit status:
Secretary of State status:
Endorsements
Endorsements held at this location License #
Bremerton General Business - 34032
Non -Resident
Federal Way General Business -
Non -Resident
Gig Harbor General Business -
Non -Resident
Minor Work Permit
Olympia General Business - Non- 42534
Resident
Click here
Click here
Governing People May inNude gnwm ny people na mgi#rrad with Seadary ofStc[e
Governing people
ABPLANALP, PAIJE
ABPLANALP, THOMAS
BRUNSON, JOHN
New search Back to results
Status
Expiration date
First issuance dal
Active
Dec-31-2021
May-04-2020
Active
Jul-31-2022
Jul-12-2021
Active
Jul-31-2022
Jul-13-2021
Active
Apr-30-2022
Sep-22-2016
Mar-31-2022
Mar-15-2021
https://secure.dor.wa.gov/gteunauth/_/#3 112
7/22/2021
Washington State Department of Revenue
Governing people
BRUNSON, PARRI
Title
The Business Lookup information is updated nightly. Search date and time: 7/22/2021 9:00:05 AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https://secure.dor.wa.gov/gteunauth/_/#3 2/2