Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 21-128 - MILES RESOURCES, LLCRETURN TO: PW ADMIN EXT: 2700 ID #: 3999
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects
2. ORIGINATING STAFF PERSON: Jeff Huynh
EXT: 2721 3. DATE REQ. BY:
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT
m 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#): 21-128
❑ INTERLOCAL
m OTHER unange Vraer iF I
4. PROJECT NAME: 2021 Pavement Repair Project
5. NAME OF CONTRACTOR
ADDRESS: 400 Valley.
E-MAIL: B rett.5ch u It
SIGNATURE NAmF . B rea
Miles Resources LLC
TELEPHONE:
FAX:
TITLE: Project Manager
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE #. BL, EXP. 12/31/ UBI # , EXP.
7. TERM: COMMENCEMENT DATE: 9/1 55/2021 COMPLETION DATE, December 31, 2021
8. TOTAL COMPENSATION: $ 313,380.59 ($298,823.09+$14,557.50) (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 13 YES [3 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: I] YES ❑ NO IF YES, S; PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: c11212
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JH/ 10/10/2021
❑ DIVISION MANAGER SLH 10/19/2021
❑ DEPUTY DIRECTOR DSw 10/19/21
❑ DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 10/29/2021 12/1/2021 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: 12/02/21 DATE REC' D: _17Z
❑ 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
1 SIGNATORY (MAYOR OR DIRE OR
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
EXECUTE " " ORIGINALS
yI 2ZWOA-Z
AG# 21-128A
DATE SENT: 1/26/22
1 /2020
11212
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #21-128 01
AGREEMENT NUMBER CHANGE ORDER NUMBER
2021 PAVEMENT REPAIR PROJECT
PROJECT TITLE
11 /30/2021
EFFECTIVE DATE
MILES RESOURCES, LLC
CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order #1 provides to adjust completed final contract compensation and add S 304th St Pavement
Repair patches to the Contract as shown on the attached plans.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by Working Day(s)
❑ Decreased by _ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
ORIGINAL CONTRACT AMOUNT $298,823.09
ALL COMPLETED CONTRACT WORK AMOUNT $269,593.15
TOTAL BUDGET SAVED $ 29,229.94
QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO.
ITEM
QTY
UNIT
UNIT PRICE
TOTAL
C — 16
Mobilization/TCS
1
LS
$2,390.00
$ 2,390.00
C — 17
Grind Header Cuts
1
LS
$5,880.00
$ 5,880.00
C — 18
Place HMA CI.'/z" PG 581-1-22
25
TN
$351.50
_ $ 8,787.50
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
COMPLETED CONTRACT AMOUNT
THIS CHANGE ORDER
AVAILABLE BUDGET
$17,057.50
INCREASE $ DECREASE $
$17, 057. 50
$ 298.823.09
-$ 269,593.15
-$ 17,057.50
$ 12,172.44
CHANGE ORDER AGREEMENT 1 Rev. 8/ 19
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or
deleted p strarrt to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE
PUB IC WORKS DIRECTOR
DATE
[ zo zz�
DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/ 19
CITY OF FIELD DIRECTIVE
Federal Way PUBLIC WORKS DEPARTMENT
Field Order No,:
Project 2021 PAVEMENT REPAIR PROJECT
Project Address S 304TH ST
Owner: CITY OF FEDERAL WAY
To: MILES RESOURCES, LLC
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 ANDIOR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: S 304th St ADDITIONAL PAVEMENT REAPAIR
PER THIS "FIELD DIRECTIVE"....:
Removal and replacement of 2 asphalt concrete patches 65' x 31' and 35' x 31' on S 304th St to repair p:
settlements.
COMPENSATION TO COMPLETE THESE
Fim n nIRFr_TIVF YVI1 I BF PFR CHANGE
Bid Item
Item Description
Est. Qt
Unit
Unit Price
Total
16
New Bid Item
C-16 Mobilization/TCS
1
LS
$2.390.00
$2.390.00
17
New Bid Item
C-17 Grind Header Cuts
1
LS
1$5,880.00
$5,880.00
18
New Bid Item
Place HMA Cl. 1/2" PG 581-1-22
25
TN
1$351.50
$8,787.50
Total =
$17,057.50
Prepared By: Jeff Huynh
C
Directed By:
Approved By:
Received By:
Capital Engineer P4
Public Works Director or Capital Project Manager
Contractor (Miles Resources, LLC)
Date: 9/23/2021
Date: 9/23/2021
Date: 09/23/2021
Date:
- _ f is �' •-��� �i
�`NT � r- � ■ � L
- , f�R •yam ., -
c ti:
' Google;Ea`rt
MILES RESOURCES LLC
400 Valley Avenue NE Phone: (253) 383-3585
Puyallup, WA 98372 Fax: (253) 572-8648
WA. Contractor LIC. # MILESRLS97RK
To: City Of Federal Way Contact: Jeff Huynh
Address: P.O. Box 9718 Phone: (253) 835-2526
Federal Way, WA 98063-9718 Fax: (253) 835-2709
Project Name: 2021 Pavement Repair Patch Repair Bid Number:
Project Location: Bid Date:
Miles Resources is pleased to offer the following quotation for the above referenced project. Our proposed scope of work is as follows:
item #
Item Description
Estimated Quantity Unit
Unit Price
Total Price
1
Mobilization/TCS
1.00 LS
$2,390.00
$2,390.00
2
Grind Header Cuts
1.00 LS
$5,880.00
$5,880.00
3
Place HMA CL, 1/2" PG 581-1-22 Option 1
25.00 TON
$351.50
$8,787.50
4
Plaee HMI-C-♦-if-PG58H-2-2-Optien 2
-----50;00--TON— ----
—$26&,GG—
*13;300:00
$17,057.50
Total Bid Price: 357ZO
Notes:
• This quote is valid for 45 days, An Intent to Award or a Subcontract must be received within 45 days of Bid Submittal.
• This proposal is subject to approved subcontract and mutually agreed to schedule.
• Flagginq shall be per unit price.
Payment Terms:
Terms: Net 30 days from date of invoice
ACCEPTED:
The above prices, specifications and conditions are satisfactory and
are hereby accepted.
Buyer:
Signature:
Date of Acceptance:
CONFIRMED:
MILES RESOURCES LLC
Authorized Signature:
Estimator: Brett Schultz
253-307-4935 brett.schultz@milesresources.com
Page 1 of 1
Na"
ru
3
n
�'
a
k•
3
rQQQ
IA
uR
u
'2'
i
(co
N
� �µ
Y
f1
�
a
•
Y•
�
7
s
om
cl
�•9
niv.3
nn
�
It
i
i3
o
z
m
Y n
❑
z
T 2}
■
f�
•
o
n
."•
~'�a
i�"
-
�E:E
$o�
_$dr
E'
�-,
•E
�
4
,':
S8
o8'
-885
8
-
v$$$l
$
s
y
R
e
S8
si$`6
�Se
$S88
$
-mast
8588
E
8
jog
O
O
O
^
S�]����i��,0
8I8;8
8j8.8,�
,8.a
8I8'8
�8�•�P000
8,
8 8
8 8$
:�
��.D
8 8
0�004o"Su��`•aS
818
8 8
8 8I8
8Qi
j8 8'BXA
8
I
p
Y
a
a
iSu&y.�tl
inpS
lnni
'fpps`on��,�ncii{{G»v
U�y'b$bn�n
D d
CSajjffpii
C. S,9`O?.]
nrC1n6
$'$
i`O a
nan'v:u
1] b'P H H�
S
pS
O 8
pap
PIO
$ '=I8
$ H w v
gf$!p
S
H
"
-
- p)
_- �_
p o
6 O
� '-•.
O .w
- �
_ y
'�' �_
1
OAP
N, P1p
V ,�A•FY-_
.} V
�
i
_
lij-15,31i
-�gsg�g_R5���5a5��,kk22,.sR' s
i
�I'i
fill
5-
$1
ilk
ap Af1713lt
ii
il:l3,
fl$ fYf
3
M
N
y
a.sl74�ooaMa�Ba.N'
w
87S2SS�.?Y7rMSSIId•:�v
11
FS:818,8888�88Ia�SI7S�A8S88
g
8885$,'
$8G888jS15;$
AUTHORIZATION TO ACT ON BEHALF- OF
MILES RESOURCES, LLC
WASHINGTON LIMITED LIABILITY COMPANY
WHEREAS, Miles Resources, LLC (the "Company") is it Washingtun limited liability company
org.inized for purposes of (among other things) managing and operating business essats used in connection
with the Company's construction, paving and related activities;
WHEREAS, all authority to operate the business and affairs of the Company is vested in one or
more mangers, and the managers of the tympany are Walt Miles, Lisa Kiltilsby, end Tim Kittiisby
(hereinafter the "Managers"];
WHEREAS, the Mangers ofthe company Intend to dclegare certain authority relating to the day-
to-day operations of the company to the individuals identified below,
NOW THEREFORE, be it resolved as follows:
RESOLVED, that the Managers hereby delegate a portion, of their authority to the "Operations
Managers. ofthe Company named below;
RESOLVED, that each of the Operations Managers, sctrng rndwedualty, shall have the power and
authority to manage the day-to-day business of the company Wghout limiting the generality of the
rtsrtgoing, the Operations Managers shall have the power and authority to negotiate and cater into contracts
an behalf of the Company, sign documcnls relating io such contracts, and to engage in any other acu
related to tiic Company's day •to -day operations;
RESOLVED, that Angela Reis is hereby removed as Operations Mangers ofthe company.
Fur the purpose of e.ccution of the Authorraaiicn, a racsimile or electronically scanned s+.-nature
scull have the same force and effect as an original signature This Agreement may be executed in one or
ntarerounrerparrz, all of which shall be considered one and the same Agreement.
SIGNED and EFFECTIVE this I" day of August. 2018
MILES RESOURCES, LLC 7
By: Walt Miles
Its: Manager and Member
By: Lisa Kittitsby
Its: Manager and Member
By: Tien Kinilsby
Its: Manager
OPERATIONS MANAGERS
lir I irf
General Man ger/O orations Manager
Kryslal Amos
Controller/Operations Manager
Client#: 17793 MILESAND
ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATD/YYYI)
8117/207I2021
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 poiicy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER NAMEAC1 Sharnel Di Vona
Propel Insurance ��"G No, E„). 800 499-0933 JI F Na): 866 577-1326
Tacoma Commercial Insurance Ean IDS, shamel.divona@propelinsurance.com
1201 Pacific Ave, Suite 1000 INSURERS] AFFORDING COVERAGE NAIC AtTacoma, WA 98402 INSURER A: Alaska National Insurance Company 38733
INSURED INSURER B : Sirius International Insurance Corp
Miles Resources, LLC Continental Casual Company 20443
. INSURER C : Casualty P Y
400 Valley Ave NE
INSURER O :
Puyallup, WA 98372
, INS�UR� ER E : _
INI Sl1RER F :
rnVFRArFS CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
M
L
TYPE OF INSURANCE
.wuur, avnn
INSR_Lfln_ f_D P_OUCY NU_ 1ABE_R
�'+ „�• ��� • ""�, '-"� LIMITS
_ DfYYWj.;.�YMID.DIYIYY) d _
Y0112021.0410112022
A
X COMMERCIAL GENERAL LIABILITY
21 DLS11734
EACH OCCURRENCE
; $1
CLAIMS -MADE X OCCUR
X BI/PD Ded: $1,000
DAMAGETpRENTED )
. PRF�uIk Ea omurer
MED EXP [Arty weagrsarY)
$10
5$,(
PERSONAL & ADV INJURY
XI
WA Stop Gap
I Si,(
GENERAL AGGREGATE
52,(
GEN'L AGGREGATE LIMIT APPLIES PER:
�PRO f
POLICY "I JECT I_�: LOC
PRODUCTS -cowioPAsa
s2,(
$
A
_
_ OTHER: _
AUTOMOBILE LIABILITY
AUTO
_ _
21 DAT11734
01/2021 0410112022 �E. �""`e gj MISLE C
BODILY INJURY (Per person)
11,10
S
S
TANY
OWNED j SCHEDULED
AUTOS ONLY I AUTOS
Ix AUO SS ONLY AUTOS ONLY
21DLU11734
BODILY INJURY (Per accident)
Par accIdonft
$
A
X
UMBRELLA LB X OCCUR
—^
0410112021;04101120
EACHOCCi1RRENCE
$5(
I AGGREGATE
s5 (
EXCESS LIAS CLAIMS -MADE
DED X RETENITIONS$10 000
_ .
S
P
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNERIEXECUTIVE Y IN
WA Stop Gap ONLY
21 DLS11734
! _ XFT
0410112021. 04101 /2022 El. EACH ACCIDENT $
OFFICERIMEMBER EXCLUDED? C N f A
(Mandatory In NH)
E.L. DISEASE - EA a9u1PLOY`E S
If yes, describe under
DESCRIPTION OF OPERATIONS blow
E.L. DISEASE - POLICY LIMIT + S
B
Pollution w/Mold
CPL00011322
10112021
04101120221$3,000,000
limt
C
Leased/Rented Eq
6080724344
10112021, 04/01/2022 $800,000 (L/R Eq)
Ef0112021.04)01/2022
C
Inst. Floater ; 6080724344
$750,000 I.F.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 2021 Pavement Repair Project.
Additional Insured Status applies per attached form(s).
[:tK I IFi(:A I L HULULK
CI of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserves.
ACORD 25 (2016/03) 1 Of 1 The ACORD name and logo are registered marks of ACORD
#S4738175/M4530472 KTR00
10/19/21, 9:46 AM Corporations and Charities System
g+-,?ssCl�ir ris-and Charities Filing System
BUSINESS INFORMATION
MILES RESOURCES LLC
602 870 349
WA LIMITED LIABILITY COMPANY
ACTIVE
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
400 VALLEYAVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
10/31 /2022
UNITED STATES, WASHINGTON
10/06/2008
PERPETUAL
CONSTRUCTION
REGISTERED AGENT INFORMATION
hftps://ccfs.sos.wa.gov/#/BusinessSearch/Business Information
Business Name:
UBI Number:
Business Type:
Business Status:
Principal Office Street Address:
Principal Office Mailing Address:
Expiration Date:
Jurisdiction:
Formation/ Registration Date:
Period of Duration:
Inactive Date:
Nature of Business:
1/2
10119121, 9:46 AM
Corporations and Charities System
Registered Agent Name:
TIMOTHY KITTILSBY
Street Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
Mailing Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
TIM
KITTILSBY
GOVERNOR
INDIVIDUAL
LISA
KITTILSBY
GOVERNOR
INDIVIDUAL
WALT
MILES
Back
Piling History Name History Print 1 [Return to Business Search
https:#ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 212
10/19/21, 9:47 AM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name: MILES RESOURCES LLC
Business
MILES RESOURCES
name:
Entity type:
Limited Liability Company
UBI #:
602-870-349
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 400 VALLEY AVE NE
PUYALLUP WA 98372-2516
Mailing address: 400 VALLEY AVE NE
PUYALLUP WA 98372-2516
Excise tax and reseller permit status: Click here
Secretary of State status:
Click here
Page 1 of 3
Endorsements Filter
Endorsements held a License # Count De v's Status
https://secure.dor.wa.gov/gteunauth/—/#3
New search Back to results
Expiratioi First issua
1/4
10/19/21, 9:47 AM
Washington State Department of Revenue
Endorsements held a
License # Count
Details Status
Expiratioi First issua
Bonney Lake
Active
Oct-31-2( Nov-18-2
General Business -
Non -Resident
Bremerton General
27782
Active
Oct-31-2( Nov-02-2
Business - Non -
Resident
Buckley General
Active
Oct-31-2( Aug-09-2
Business - Non -
Resident
Burien General
07942
Active
Oct-31-2( Nov-09-2
Business - Non -
Resident
Covington General
Active
Oct-31-2( Jul-31-20
Business - Non -
Resident
DuPont General
774
Oct-31-2( Oct-28-2(
Business - Non -
Resident
Eatonville General
Active
Oct-31-2( Jun-23-2(
Business - Non -
Resident
Edgewood General
Active
Oct-31-2( Mar-17-2
Business - Non -
Resident
Enumclaw General
GUST000(
Active
Oct-31-2( Mar-26-2
Business - Non -
Resident
https:Hsecure.dor.wa.gov/gteunauth/—/#3 2/4
10/19/21, 9:47 AM
Washington State Department of Revenue
Endorsements held a License # Count
Details Status
Expiratioi First issua
Federal Way 09-10441
Active
Oct-31-2( Nov-13-2
General Business -
Non -Resident
Fife General
Active
Oct-31-2( Nov-13-2
Business - Non -
Resident
Fircrest General
Active
Oct-31-2( Dec-02-21
Business - Non -
Resident
Gig Harbor
Active
Oct-31-2( Nov-18-2
General Business -
Non -Resident
Kirkland General OBL2945i
On Hold
Oct-31-2( Feb-28-2(
Business - Non -
Resident
Lacey General 18567
Active
Oct-31-2( Dec-31-21
Business - Non -
Resident
Governing People May include governing people not registered with Secretary of State
Governing people
Title
KITTILSBY, LISA
KITTILSBY, TIM
MILES, WALT
Registered Trade Names
Registered trade names Status
First issued
https://secure.dor.wa.gov/gteunauth/_/#3
3/4
10/19/21, 9:47 AM
Washington State Department of Revenue
Registered trade names
MILES RESOURCES
Status First Issued
Active Mar-04-2015
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 10/19/2021 9:44:33
AM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
hftps://secure.dor.wa.gov/gteunauth//#3 4/4
RETURN TO: PW ADMIN EXT: 2700 ID #: 3999 &-
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIv: PUBLIC WORKS/ Capital Projects
2. ORIGINATING STAFF PERSON: Jeff Huynh EXT: 2721 3. DATE REQ. BY:_
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): 21-128 ❑ INTERLOCAL
0 OTHER unange Vraer 1F1
4. PROJECT NAME: 2021 Pavement Repair Project
5. NAME OF CONTRACTOR: Mlles Resources LLC
ADDRESS: 400 Valley Ave NE, Puyallup, WA 98372 TELEPHONE: 253-383-3585
E-MAIL: Brett. Sch u Its cc milesresources.com FAX:
SIGNATURE NAME: Brett Schultz TITLE: Project Manager
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP.
7. TERM: COMMENCEMENT DATE: 9/15/202
COMPLETION DATE: December 31, 2021
S. TOTAL COMPENSATION: $ 313,380.59 $298 823.09+$ 1 4 557.50 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: n RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: c11212
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED
8 PROJECT MANAGER JH/ 10/18/2021
❑ DIVISION MANAGER SLH 10/19/2021
❑ DEPUTY DIRECTOR DSW 10/19/21
❑ DIRECTOR -- -
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 10/29/2021 12/1/2021 MP
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE:
SCHEDULED COUNCIL DATE:
11. CONTRACT SIGNATURE ROUTING
INITIAL / DATE APPROVED
COMMITTEE APPROVAL DATE:
COUNCIL APPROVAL DATE:
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 12/02/21 DATE REC' D. IZ
❑ 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
6L/-SIGNATORY (MAYOR OR DIRE(A-OR)
❑ CITY CLERK
❑ ASSIGNED AG #
❑ SIGNED COPY RETURNED
COMMENTS:
EXECUTE " " ORIGINALS
Z I SI �70Z
A #
DATE SENT:
1 /2020
11212
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #21-128
AGREEMENT NUMBER
01
CHANGE ORDER NUMBER
2021 PAVEMENT REPAIR PROJECT
PROJECT TITLE
ORIGINAL
12.106121
EFFECTIVE DATE
MILES RESOURCES, LLC
CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
Change Order #1 provides to adjust completed final contract compensation and add S 304'h St Pavement
Repair patches to the Contract as shown on the attached plans.
The time provided for completion in the Contract is
® Unchanged
❑ Increased by_ Working Day(s)
❑ Decreased by _ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
ORIGINAL CONTRACT AMOUNT $298,823.09
ALL COMPLETED CONTRACT WORK AMOUNT $269,593,15
TOTAL BUDGET SAVED $ 29,229.94
QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO.
ITEM
C —16
Mobilization/TCS
C —17
Grind Header Cuts
C —18
Place HMA Cl. 1/" PG 581-1-22
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
COMPLETED CONTRACT AMOUNT
THIS CHANGE ORDER
AVAILABLE BUDGET
QTY UNIT UNIT PRICE
TOTAL
1 LS $2,390.00
$ 2,390.00
1 LS $5,880.00
$ 5,880.00
25 TN $351.50
$ 8,78T50
$17, 057.50
INCREASE $
DECREASE $
$17, 057.50
$ 298,823.09
-$ 269,593.15
-$ 17,057.50
$ 12,172.44_
CHANGE ORDER AGREEMENT 1 Rev. 8/19
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or
deleted pursuant ange Order except as specifically described in this Change Order.
i IZ J -7_z
CON RAG R' S}GNAT E DATE
64/'/' 0
PUBLI ORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 2 Rev. 8/19
RETURN TO: PW ADMIN EXT: 2700 ID #: 3910 / 3945
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIY: PUBLIC WORKS / Capital Projects
2. ORIGINATING STAFF PERSON: Jeff Huynh EXT: 2721 3. DATE REQ. BS
3. TYPE OF DOCUMENT (CHECK ONE):
0 CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
0 OTHER RFB #21-006
4. PROJECT NAME 2021 Pavement Repair Project
5. NAMEOFCONTRAACTOR: Miles Resources, LLC
ADDRESS: 400 Valley Ave NE, Puyallup, WA 98372 TELEP14ONE: 253-383-3585
E-MAIL: Krvstal.AmosCZDmi1esresources.com FAX:
SIGNATURE NAME: Krvstal Amos TITLE: Operations Manager
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /
7. TERM: COMMENCEMENT DATE: TBD 09/10/2021 COMPLETION DATE: December 31 2021
8. TOTAL COMPENSATION: $ 298 823.09 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED. ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: 101-4400-240-542-50-650
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
8 PROJECT MANAGER JH/4/27/2021 JHl7/22/2021
6 DIVISION MANAGER SLH 4/25/2021
6 DEPUTY DIRECTOR DSW 4129i21 DSW 7125/21
6 DIRECTOR EJW 5/3/2021 ❑SW for EJ&1 W21
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT Eric Rhoades 513/21; KVA 8/10/2021
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING r� ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ` L- 2 DATE REC'ti: 09/ 10/21
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
m LAW EFT
GNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK c
❑ ASSIGNED AG # AG# 1-j L " Al:
❑ SIGNED COPY RETURNED DATE SENT: 9. to.
COMMENTS:
EXECUTE, " ORIGINALS
If2020
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
2021 PAVEMENT REPAIR PROJECT
PROJECT # 11212
RFB # 21-006
City of Federal Way
PUBLIC WORKS DEPARTMENT
33325 8th Avenue South
Federal Way, WA 98003
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
PROJECT #11212
CFW RFB VERSION 2020-JUN
BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS
FOR
2021 PAVEMENT REPAIR PROJECT
PROJECT # 11212
Quotes Bid Accepted Until 10:00 a.m., July 14, 2021
Prepared By:
City of Federal Way
Public Works Department
33325 8th Ave South
Federal Way, WA 98003
The contract plans and specifications for this Project have been reviewed and approved by:
�� SA(.�-
Public Works Director / Deputy Public Works Director
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-1 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
TABLE OF CONTENTS
PAGE
NOTICETO CONTRACTORS................................................................................................................................3
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................4
QUOTE....................................................................................................................................................................6
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................12
SMALLPUBLIC WORKS CONTRACT ............ ..... .................................................... ........................................13
SAMPLECONTRACT CHANGE ORDER..........................................................................................................20
CERTIFICATEOF INSURANCE..........................................................................................................................22
PERFORMANCE AND PAYMENT BOND...........................................................................................................23
CONTRACTOR'S RETAINAGE OPTION............................................................................................................25
RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................26
SPECIAL PROVISIONS (APPENDIX A).............................................................................................. White Page
STANDARD PLANS AND DETAILS (APPENDIX B).......................................................................... White Page
PREVAILING WAGES AND BENEFIT CODE KEY (APPENDIX C)................................................... White Page
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-2 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
NOTICE TO CONTRACTORS
2021 PAVEMENT REPAIR PROJECT
The City of Federal Way extends this invitation to bid to selected contractors listed with the MRSC Small
Works Roster. This proiect is a small public works Project and will be awarded under the small works
roster process.
PURPOSE: The City of Federal Way ("City") is requesting quotes for the 2021 Pavement Repair Project.
Quotes will be received via email only to PW BidsPcityoffederalway.com on July 14, 2021 at 10:00 a.m.
Quotes received after that time and date will not be considered.
This project shall consist of: 2021 Pavement Repair including roadway excavation, HMA Cl. 1/2' PG 58H-22 for
pavement repair, crack sealings, and channelization at three (3) locations within City of Federal Way.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 30 working days or by October 30, 2021.
BID DOCUMENTS: Plans, Specifications, and Addenda can be found at
https://ftps.cityoffederalway.com/#/assignments/2021%2OPavement%2ORepair/
QUESTIONS: Any questions must be directed to Jeff Huynh, Capital Engineer, by email at
JeH.Hu nh cit offederalwa .com.
OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2020 (Standard Specifications), which is incorporated by this reference as though set forth in full.
All quotes 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.
The City of Federal Way reserves the right to reject any and all quotes, waive any informalities or minor
irregularities in the solicitation process, and determine which quote or bidder meets the criteria set forth in the
bid documents.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-3 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) NOTICE TO CONTRACTORS AND CONTRACT DOCUMENTS
Contractors must comply with the bidder instructions in the Notice to Contractors and the Contract
Documents.
(2) EXAMINATION OF QUOTE AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a quote shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Small Public Works Contract and the
other Contract Documents, the Project site, the availability of materials and labor, publically available
information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations,
ordinances and resolutions dealing with or related to the equipment and/or services to be provided
herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances
or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's quote
or the contract documents. No claim for additional compensation will be allowed which is based upon a
lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders
shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any
environmental factors, which may impact current or future prices for this requirement.
(3) INTERPRETATION OF QUOTE AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the quote or Contract Documents. Bidders shall not rely upon any oral statement or conversation they
may have with City's employees, agents, representatives, consultants, or design professionals
regarding the Contract Documents, whether at the pre -bid meeting or otherwise and no oral
communications will be binding upon the City. Any questions must be directed to Jeff Huynh, Capital
Engineer, by email at Jeff. Hu nh cit offederalwa .com. Any interpretation deemed necessary by the
City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly
as is practical to all parties to whom the bid documents have been issued. All such Addenda shall
become part of the bid.
(4) QUOTE PRICE
The quote price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(5) POSTPONEMENT OF QUOTE OPENING
The City reserves the right to postpone the date and time for receiveing the quotes by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any quote for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote,
the bidder waives and releases any claims against the City arising from any rejection of any or all
quotes. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none
of the bids of the participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for
reports submitted to the City whenever practicable.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-4 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
Quote: The Quote shall be completed and fully executed, including filling in the total bid
amount.
[� Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by the bidder.
Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
(8) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
❑ Small Public Works Contract: The successful bidder will fully execute and deliver to the City
the Small Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to
retain ten percent (10%).
❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful
bidder will fully execute and deliver to the City the Contractor's Retainage Bond.
Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-5 PROJECT #11212
CFW RFO VERSION 2020-JUNE
QUOTE
2021 PAVEMENT REPAIR PROJECT
QUOTE SUBMITTED VIA EMAIL TO:
PW Bidsocayoffederalway.com
Subject line "Bid Submittal — 2021 PAVEMENT REPAIR PROJECT
QUOTE SUBMITTED BY:
Bidder: Miles Resources, LLC
Full Legal Name of Firm
Contact: Krystal Amos, Controller/Operations Manager
Individual with Legal Authority to sign Bid and Contract
Address: 400 Valley Ave NE
Street Address
Puyallup, WA 98372
City, State Zip
Phone: 253-383-3585
E-Mail: Krystal.Amos(dmilesresources.com
Select One of the Following- ❑ Corporation
❑ Partnership.
c Individual
a Other (LLC, S-Corp)
State Contractor's License No.: MILESRL897RK
State Contractor's License Expiration Date 12 1 12 f 2021
Month Day Year
State UBI No.: 602-870-349
State Worker's Comp. Account No.: 183,696-00
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-6 PROJECT #11212
CFW RFO VERSION 2020-JUNE
k
NOTE: All entries shall be written in ink or typed Unit prices for all items, all extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only. in dollars and cents to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as
nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall
prevail, and totals shall be corrected to conform thereto The Bidder shall complete this entire Bid Form or this bid may be
considered non -responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right
to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: 21st AVE SW (SW 356th STTO SW CAMPUS DRIVE)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item
No.
Spec. I Bid Item Description
Div.
1-09 MOBILIZATION
Unit Plan
at
Unit Price
Amount
1
LS 1
$13.215.00
$
1-10 FLAGGERS AND SPOTTERS
13 %IS.00
2
HR
64
$
$
l03.00
$
Jt 032.00
3
1-10
OTHER TRAFFIC CONTROL LABOR
HR
4
$
4
1-10
OFF DUTY UNIFORMED POLICE
FA
1
$2,000.00
$2,000.00
OFFICER
5
1-10
PROJECT TEMPORARY TRAFFIC
LS
1
$
$
CONTROL
5.5.OD
5, 0C115.v0
6
1-10
PORTABLE CHANGEABLE MESSAGE
DAY
4
$
$
SIGN
2 2.50
16S0.00
7
1-10
SEQUENTIAL ARROW BOARD
HR
40
$ $
5. 2 0.00
8
1-10
PROJECT SIGN
EA
1
$
$
Slo
alv2.�
9
2-03
ROADWAY EXCAVATION INCL. HAUL
CY
71
$
$
2 �t5.00
1 I sot 5 .00
10
5-03
CRACK SEALING
FA
1
$5,000.00
$5,000.00
11
5-04
HMA CL. 112" PG 58H-22 FOR
TN
145
$
$
PAVEMENT REPAIR
20$.SO
30 23)'I. _
12
8-01
INLET PROTECTION INSERT
EA
26
$
$
q0 co
2,3L}0.00
13
8-22
PROFILED PLASTIC LINE
LF
240
$
:$
l0 90
1 1
OD
14
8-22
PLASTIC LINE
LF
140
$
S •-1S
:$
gOS .00
15
8-22
PLASTIC CROSSWALK LINE
SF
35
$
$
11.So
402.50
16
8-22
PLASTIC STOP LINE
LF 10
$
$
1 i.o LIPS
I kvLp 150
TOTAL SCHEDULE A =
$
'f-, sort. 20 '
2021 PAVEMENT REPAIR PROJECT
1-7 PROJECT #11212
VERSION 2020-JUNE
SCHEDULE B: 21st AVE SW (SW CAMPUS DRIVE TO SW 320th ST)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item
Spec.
Bid Item Description
Unit
Plan
Unit Price
Amount
No.
Div.
Ot
1
1-09
MOBILIZATION
LS
1
$
$
1,335-00
1, 35.00
2
1-10
FLAGGERS AND SPOTTERS
HR
112
$
$
.00
I -
3
1-10
OTHER TRAFFIC CONTROL LABOR
HR
6
$
$
3aa.�0
4
1-10
OFF DUTY UNIFORMED POLICE
FA 1
$2,500.00
$2,500.00
OFFICER
5
1-10
PROJECT TEMPORARY TRAFFIC
LS 1
$
$
CONTROL
-� ��pQ pp
$
-1 e�,00.00
6
1-10
PORTABLE CHANGEABLE MESSAGE
DAY
6
$
SIGN
212. 50
l,2 5. co
7
1-10
SEQUENTIAL ARROW BOARD
HR
56
$
$
5•"15
322.E
8
1-10
PROJECT SIGN
EA
1
$
O
$
$L02 . SO
9
2-03
ROADWAY EXCAVATION INCL. HAUL
CY
161
$
$
2.11v GO
34,-11kc-00
10
5-03
CRACK SEALING
FA
1
$10,000.00 110,000.00
$ $ 1� 2 �G151v .ZD
11
5-04
HMA CL. 1/2" PG 58H-22 FOR
TN
331
PAVEMENT REPAIR
1q0.20 v
12
8-01
INLET PROTECTION INSERT
EA
42
$
$
Ok 4 00
3 $ W
13
8-22
PROFILED PLASTIC LINE
LF
600
$
$
1p .,::IO
.
14
8-22
PLASTIC CROSSWALK LINE
SF
74
$
$
50
$SA 00
15
8-22
PLASTIC STOP LINE
LF
48
$
;$
.lo$
OO .lo
16
8-22
YIELD LINE SYMBOL
EA
6
$
$
15.0-1
TOTAL SCHEDULE B =
$
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-8 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
L,
SCHEDULE C: SW/S 320th ST (3rd PL SW TO PACIFIC HWY S)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item
Spec.
Bid Item Description
Unit
Plan
Unit Price
Amount
No.
Div.
Ot
1
1-09
MOBILIZATION
LS
1
1 335 .DD
$
$
2
1-10
FLAGGERS AND SPOTTERS HR
144
$
$
OLD-12.00
3
1-10 OTHER TRAFFIC CONTROL LABOR
HR
8
$
$
1v4• SO
51 � • �}.O
4
1-10
OFF -DUTY UNIFORMED POLICE
FA
1
$4,200.00
;$4,200.00
OFFICER
5
1-10
PROJECT TEMPORARY TRAFFIC
LS
1
$
$
CONTROL
1$00.00
"11epco C.>
6
1-10
PORTABLE CHANGEABLE MESSAGE
DAY
9
$
$
SIGN
I 12
7
1-10
SEQUENTIAL ARROW BOARD
HR
96
$
$
2-03
ROADWAY EXCAVATION INCL. HAUL
'IS
SS2--00
8
CY
185
$
9
5-03
CRACK SEALING
FA
1
$10,000.00
$10,000.00
10
5-04
HMA CL. 1/2" PG 58H-22 FOR
TN
380
$ $
PAVEMENT REPAIR
i $c� �L+O i -I t �q12
11
8-01
INLET PROTECTION INSERT
EA
46
$
$
�1 to -CO
d}, u, 1 lo. p0
12
8-09
RAISED PAVEMENT MARKER, TYPE 2
HUND
0.4
$
$
1.033 00
253 20
13
8-22
PROFILED PLASTIC LINE
LF
80
$
$
to DLO
S52.00
14
8-22
PLASTIC CROSSWALK LINE
SF
87
$
$
10
l 1 . SO
I$
l 1 000 • SO
15
8-22
PLASTIC STOP LINE
LF
$
1 lla.lp5
1 lolo .50
TOTAL SCHEDULE C =
$ 1159 11 ZI .53
BID SUMMARY
ITEM
BID AMOUNT
SCHEDULE A: 21st AVE SW $ g+�-,c��� • 2D
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-9 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
SCHEDULE B: 21st AVE SW
SCHEDULE C: SW/S 320th ST
TOTAL BID AMOUNT
$ 13011'101 . Sto
► �1, ► 2t .53
$ 3a3, 3�.29
TOTAL BID AMOUNT
(including Washington State sales tax, all other $
government taxes, assessments and charge
The documents incorporated by reference, as if fully set forth, are the Notice to Contractors, the Instructions to
Bidders and Checklists. the Contractor's Quote (including all forms and supplemental information listed on the
Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Notice to Contractors for the Protect, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this quote, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement. participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with this project.
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the
toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m.. Eastern Time. Anyone with knowledge of
possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST, GRATUITIES, & NON-COMPETITIVE PRACTICES
By signing this quote, the undersigned agrees as follows:
(1) That it has no direct or indirect pecuniary or proprietary interest. that it shall not acquire any interest
which conflicts in any manner or degree with the work, services. •equipment or materials required to be
performed 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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-10 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
treatment with respect to the awarding or amending. or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the following violations or infractions within a five
year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
Chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The Contractor hereby certifies that 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. I
Date Issued: 07/12/2021
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.
Syl
Signature
Krystal Amos
Printed Name
Controller/Operations Manager
Title
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-11 PROJECT #11212
CFW PFQ VERSION 2020-JUNE
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID QUOTE PACKAGE WILL MAKE THIS
BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior
to the date of the Request for Bids.
Bidder Name: Miles Resources, LLC
Print Full Legal Name of Firm
By:. i
Signature of Authorized Person
Title: Controller/Operations Manager
Title of Person Signing Certificate
Date: 07/ 14/2021
Krystal Amos
Print Name of Person Making Certifications for Firm
Place: Puyallup, WA
Print City and State Where Signed
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-12 PROJECT #11212
CFW RFO VERSION 2020-JUNE
APWA
y APWA-WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), 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 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage _ _ 20 / . _ 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 Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Miles Resources, LLC
Signature of Authorized Official: rY
Date: 07/14/2021
AUTHORIZATION TO ACT ON BEHALF OF
MILES RESOURCES, LLC
WASHINGTON LIMITED LIABILITY COMPANY
WHEREAS, Miles Resources, LLC (the "Company") is a Washington limited liability company
organized for purposes of (among other things) managing and operating business assets used in connection
with the Company's construction, paving and related activities;
WHEREAS, all authority to operate the business and affairs of the Company Is vested in one or
more mangers, and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby
(hereinafter the "Managers");
WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day-
to-day operations of the company to the individuals identified below;
NOW THEREFORE, be it resolved as follows:
RESOLVED, that the Managers hereby delegate a portion of their authority to the "Operations
Managers: of the Company named below;
RESOLVED, that each of the Operations Managers, acting individually, shall have the power and
authority to manage the day-to-day business of the company. Without limiting the generality of the
foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts
on behalf of the Company, sign documents relating to such contracts, and to engage in any other acts
related to the Company's day-to-day operations;
RESOLVED, that Angela Reis is hereby removed as Operations Mangers of the company.
For the purpose of execution of the Authorization, a facsimile or electronically scanned signature
shall have the same force and effect as an original signature. This Agreement may be executed In one or
more counterparts, all of which shall be considered one and the same Agreement.
SIGNED and EFFECTIVE this I" day of August, 2018
MILES RESOURCES, LLC
By: Walt Miles
Its: Manager and Member
ASS �l
By: Lisa Kittilsby
Its: ManagerandMember
By: Tirn Kittilsby
Its: Manager
OPERATIONS MANAGERS
Br die iffr
General Man ger/O erations Manager
Krystal Amos
Controller/Operations Manager
Department of Labor and Industries
PO Box 44450
Olympia, WA 98504-4450
MILES RESOURCES LLC
400 VALLEY AVE NE
PUYALLUP WA 98372
453
MILES RESOURCES LLC
Reg: CC MILESRL897RK
UBL 602-870-349
Registered as provided by Laws as:
Construction Contractor
(CCO 1) - GENERAL
EfI'ectrve Date: 12/12/2011
Expiration Date: 12/12/2021
SMALL PUBLIC WORKS CONTRACT
THIS SMALL PUBLIC WORKS CONTRACT ("Contract') is dated effective this 10th day of September_
2021 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or
Owner"), and Miles Resources LLC, a Washington ("Contractor"), for the project known as 2021 Pavement
Repair (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 2021 Pavement Repair 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 Two Hundred Ninety Eight Thousand Eight Hundred Twenty -Three and 09/100 Dollars
. ($298,823.09) for Schedules B and C, which amount shall constitute full and complete payment by the City
('Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by
any lawful jurisdiction as a result of the performance and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Quote, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not
completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-13 PROJECT #11212
CFW RFO VERSION 2020-JUNE
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent
contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any
other benefit of employment, nor to pay any social security or other tax which may arise as an incident of
employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The
Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the
benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,
shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.
Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor
agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents, employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
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 2021 PAVEMENT REPAIR PROJECT
RFO-14 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests.
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material
which may be produced or modified by Contractor while performing the Work, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-15 PROJECT #11212
CFW RFO VERSION 2020-JUNE
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and
supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans,
Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contracl 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 2021 PAVEMENT REPAIR PROJECT
RFQ-16 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver- Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: Jeff Huynh, Capital Engineer, City of Federal Way, Washington.
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 2021 PAVEMENT REPAIR PROJECT
RFQ-17 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
CONTRACTOR Miles Resources LLC
Attn: Krystal Amos, Operations Manager
400 Valley Ave NE
Puyallup, WA 98372
ENGINEER City of Federal Way
Attn: Jeff Huynh, Capital Engineer
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes,
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond.
Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract is less
than One Hundred Fifty Thousand Dollars ($150,000.00), the City may, in lieu of a bond, retain ten percent
(10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of
all necessary releases from the Department of Revenue and the Department of Labor and Industries and
settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The Contractor must notify the City in
writing if it elects to take this alternative.
DATED the day and year set forth above.
[SIGNATURE PAGE TO FOLLOW]
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-18 PROJECT #11212
CFW RFO VERSION 2020-JUNE
CITY F FEDERAL WAY:
Ferr ,Mayor
3325 8th Avenue South
Federal Way, WA 98003-6325
ATTES :
WINI'MUL&Q.
SWphbnis Courtney, CMC, I
Clerk
APPROVED AS TO FORM:
J. Ryan Call, City Attorney
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
) ss.
COUNTY OF Pierce)
R:
L
Hrad-1 ri fith, enerai ManagerNice President
Printed Name &Authorized Individual
400 Valley Ave NE
Street Address
Puyallup, WA 98372
City, State, Zip
On this day personally appeared before me Bradlwy Griffith, to me known to be the Operation Manager of Miles
Resources LLC 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 16th da ugust 202l
r','���Ta111fi1lflll►l►I►►, Anna
tf
.�.�`iy. ,• • ` Epp �yA"�'y�y� rtypedlprin ed name of notary)
Notary Public in and for the State of Washington.
rA '+ • Q .{ A My commission expires 0611212024
EM
OF
ifill
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-19 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
PROJECT NUMBER
SAMPLE CONTRACT CHANGE ORDER
AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER EFFECTIVE DATE
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 OTY UNIT PRICE UNIT PRICE ADD OR DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM CITY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: JINCREASE $ DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
$
PREVIOUS CHANGE ORDERS
$
THIS CHANGE ORDER
$
NEW CONTRACT AMOUNT
$
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-20 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted
pursuant to Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-21 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-22 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
Client#: 17793 MILESAND
DATE (MM/DD/YYYY)
ACORD.. CERTIFICATE OF LIABILITY INSURANCE 8/17/2021
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such andorsement(s).
PRODUCER NAME: Sharnel Di Vona
Propel Insurance PHONE 800 499-0933 pilC p)y: 866 577-1326
qIC No Ex
Tacoma Commercial Insurance nbmcA% . shanwl.dlvona@propelinsurance.com
1201 Pacific Ave, Suite 1000 INSURER(S) AFFORDING COVERAGE NAIC #
Tacoma, WA 98402 INSURER A: Alaska National Insurance Company 38733
INSURED
Miles Resources, LLC
400 Valley Ave NE
Puyallup, WA 98372
INSURER B : Sirius International Insurance Corp
INSURER C: Continental Casualty Company 120443
INSURER D
INSURER E :
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS
IS TO CERTIFY THAT THE POLICIES
OF
INSURANCE
LISTED BELOW HAVE BEEN
ISSUED TO
THE INSURED
NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.
NOTWITHSTANDING ANY REQUIREMENT,
TERM OR CONDITION OF ANY
CONTRACTOR
OTHER DOCUMENT
WITH RESPECT TO WHICH THIS
CERTIFICATE
MAY BE ISSUED OR MAY PERTAIN,
THE
INSURANCE AFFORDED BY THE
POLICIES
DESCRIBED
HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS
AND CONDITIONS OF SUCH
POLICIES.
LIMITS SHOWN MAY HAVE BEEN
REDUCED
BY PAID CLAIMS.
INSt7
LTR
TYPE OF INSURANCE
_ LIMITS _
OL
WVD
POLICY NUMBER
POLICYEFF
MIDDIYYYY
POLICYr"
M Dn" .
X
COMMERCIAL GENERAL LIABILITY
D4/01 /2021
04/01/202
A
21 DLS11734
. EACH OCCURRENCE $1 000 000
CLAIMS -MADE OCCUR
PREMISES E.222 Ear
$100 OOO
X
MED EXP (Any one person)
$5,000
BI/PD Ded: $1,000
X
WA Stop Gap
PERSONAL 8 ADV INJURY
$1,000 000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2 OOO,OOO
�� l
POLICYI �I JEGT J LOC
PRODUCTS - COMP/OP AGG
$2,000,000
$
OTHER:
A
AUTOMOBILE LIABILITY
21 DAT11734
D4/01/2021
04/01/202
o SINGLE LIMIT
1,000 000
BODILY INJURY (Per person)
$
XI ANY AUTO
_1 OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X; AUTOS ONLY X AUTOS ONLY
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
tPer accident
$
A
X
UMBRELLA LIAB
OCCUR
21DLU11734
D4/01/2021
04/01/2022
EACH OCCURRENCE
$5000000
AGGREGATE
$5 00O 000
EXCESS LIAB
CLAIMS -MADE
DED I X1 RETaMON All 000
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORlIE 'ARTNERXECUTIVE Y / N
OFFICEPJMEM8Efi EXCLUDED?
(Mandatory in NH}
N I A
WA Stop Gap ONLY
21 DLS11734
04/01 /2021
04/01 /202
OTH-
PERTUTE
E.L. EACH ACCIDENT
$1,000 000
E.L. DISEASE - EA EMPLOYEE
$1 000 000
E.L. DISEASE- POLICY LIMIT
$1 OOO OOO
If yes, describe under
DESCRIPTION OF OPERATIONS below
CPL00011322
04/01/2021
04/01/2022
B
Pollution w/Mold
$3,000,000 limt
C
Leased/Rented Eq
6080724344
D4/01/2021
04/01/202
$800,000 (L/R Eq)
C
Inst. Floater
6080724344
D4/01/2021
04/01/202
$750.000 I.F.
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: 2021 Pavement Repair Project.
Additional Insured Status applies per attached form(s).
r:FRTIFICOTF Hni nFR CANCELLATION
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
ty y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S4738175/M4530472 KTR00
This page has been left blank intentionally.
JW Alaska Natrona!
INSURANCE COMPANY
BLANKET ADDITIONAL INSURED — AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT
(CONTRACTORS)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. The following is added to SECTION II — WHO IS
AN INSURED:
Any person or organization that:
a. You agree in a "written contract requiring
insurance" to include as an additional insured
on this Coverage Part; and
b. Has not been added to this policy as an
additional insured for the same project by the
attachment of an endorsement under this
Coverage Part which includes such person or
organization in the endorsement's schedule;
is an insured, but:
c. Only with respect to liability for "bodily injury",
"property damage" or "personal and advertising
injury"; and
d. Only as described in Paragraph (1), (2) or (3)
below, whichever applies:
(1) If the "written contract requiring insurance"
specifically requires you to provide
additional insured coverage to that person
for injury or damage that arises out of "your
work", that person or organization is an
additional insured only if the injury or
damage arises out of "your work" to which
the "written contract requiring insurance"
applies;
Additional Premium: included
(2) If the "written contract requiring insurance"
specifically requires you to provide
additional insured coverage to that person
for injury or damage that is caused, in
whole or in part, by the acts or omissions
of you or your subcontractor, that person
or organization is an additional insured
only if the injury or damage is caused, in
whole or in part, by the acts or omissions
of you or your subcontractor in the
performance of "your work" to which the
"written contract requiring insurance"
applies" or
'(3) If neither Paragraph (1) nor (2) above
applies that person or organization is only
an additional insured if, and only to the
extent that, the injury or damage is caused
by negligent acts or omissions of you or
your subcontractor in the performance of
"your work" to which the "written contract
requiring insurance" applies. The person or
organization does not qualify as an
additional insured with respect to injury or
damage caused in whole or in part by
independent negligent acts or omissions of
such person or organization.
ANIC GL 1218 05 18 Page 1 of 3
Alaska National
INSURANCE COMPANY
2. If the "written contract requiring insurance" contains
a specific requirement that you procure completed
operations coverage or coverage within the
"products -completed operations hazard" for the
additional insured, then the insurance provided to
the additional insured covers "bodily injury" or
"property damage" that occurs within the "products -
completed operations hazard" at the level specified
in Paragraph 1.d.(1), 1.d.(2), or 1.d.(3), whichever
applies. However, even if completed operations
coverage or coverage within the "products -
completed operations hazard" is required by the
"written contract requiring insurance", such
coverage is available to the additional insured only
if the "bodily injury" or "property damage" occurs
prior to the end of the time period during which you
are required by the "written contract requiring
insurance" to provide such coverage or the
expiration date of the policy, whichever comes first.
3. The insurance provided to the additional insured by
this endorsement is limited as follows:
If the Limits of Insurance of this Coverage Part
shown in the Declarations exceed the
minimum limits of liability required by the
"written contract requiring insurance", the
insurance provided to the additional insured
will be limited to such minimum required limits
of liability. For the purposes of determining
whether this limitation applies, the minimum
limits of liability required by the "written
contract requiring insurance" will be considered
to include the minimum limits of liability of any
Umbrella or Excess liability coverage required
for the additional insured by that "written
contract requiring insurance". This
endorsement will not increase the limits of
insurance described in Section III — Limits Of
Insurance.
b. The insurance provided to the additional
insured does not apply to "bodily injury",
"property damage", or "personal and
advertising injury" arising out of an architect's,
engineer's, or surveyor's rendering of or failure
to render any professional services including:
(1) The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders or
change orders, or the preparing,
approving, or failing to prepare or approve,
drawings and specifications; and
(2) Supervisory, inspection, architectural or
engineering activities.
The insurance provided to the additional insured by
this endorsement is excess over any valid and
collectible other insurance, whether primary,
excess, contingent or on any other basis, that is
available to the additional insured. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis, this
insurance is primary to other insurance available to
the additional insured under which that person or
organization qualifies as a named insured, and we
will not share with that other insurance. But the
insurance provided to the additional insured by this
endorsement still is excess over any valid and
collectible other insurance, whether primary,
excess, contingent or on any other basis, that is
available to the additional insured when that
person or organization is an additional insured, or
is any other insured that does not qualify as a
named insured, under such other insurance.
5. As a condition of coverage provided to the
additional insured by this endorsement:
a. The additional insured must give us written
notice as soon as practicable of an
"occurrence" or an offense which may result in
a claim. To the extent possible, such 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.
ANIC GL 1218 05 18 Page 2 of 3
4&V Alaska iftVonal
INSURANCE COMPANY
b. If a claim is made or "suit' is brought against
the additional insured, the additional insured
must:
(1) Immediately record the specifics of the
claim or "suit' and the date received; and
(2) Notify us as soon as practicable.
The additional insured must see to it that we
receive written notice of the claim or "suit' as
soon as practicable.
c. The additional insured must immediately send
us copies of all legal papers received in
connection with the claim or "suit', cooperate
with us in the investigation or settlement of the
claim or defense against the "suit', and
otherwise comply with all policy conditions.
d. The additional insured must tender the defense
and indemnity of any claim or "suit' to any
provider of other insurance which would cover
the additional insured for a loss we cover
under this endorsement. However, this
condition does not affect whether the
insurance provided to the additional insured by
this endorsement is primary to other insurance
available to the additional insured which covers
that person or organization as a named
insured as described in Paragraph 3. above.
6. The following is added to the DEFINITIONS
Section:
"Written contract requiring insurance" means that
part of any written contract or agreement for
construction services under which you are required
to include a person or organization as an additional
insured on this Coverage Part, provided that the
"bodily injury" and "property damage" occurs, and
the "personal and advertising injury" is caused by
an offense committed, during the policy period and:
a. After the signing and execution of the contract
or agreement by you; and
b. While that part of the contract or agreement is
in effect.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective 4-1-2020
Insured Miles Sand & Gravel
Countersigned By
Policy No. 20D LS 11734
Endorsement No.
Includes copyrighted material of the Insurance Services Office, Inc., with its permission.
ANIC GL 1218 05 18 Page 3 of 3
This page has been left blank intentionally.
AV Alaska NbOonal
INSURANCE COMPANY
CONTRACTORS' GENERAL LIABILITY ENHANCEMENT ENDORSEMENT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Coverage afforded under this extension of coverage endorsement does not apply to any person or organization
covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part.
SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW
1. Miscellaneous Additional Insureds
8 additional insured extensions.
Primary and Noncontributory Insurance
2. Damage To Premises Rented to You
Limit increased to $500,000.
3. Medical Payments
Limits increased to $15,000.
Reporting period increased to three years from
the date of accident.
4. Non -owned Watercraft
Increased to 50 feet.
5. Supplementary Payments
Cost of bail bonds increased to $10,000.
Daily loss of earnings increased to $500.
6. Newly Formed Or Acquired Organizations
Coverage extended to the end of the policy period
or the next anniversary of this policy's effective
date.
7. Liberalization Clause
8. Unintentional Failure To Disclose Hazards
9. Notice of Occurrence
10. Broad Knowledge of Occurrence
11. Bodily Injury - Extension of Coverage
12. Expected Or Intended Injury
Reasonable force - bodily injury or property
damage.
13. Blanket Waiver of Subrogation
Waiver of subrogation where required by written
contract or written agreement.
14. In Rem Actions
1. MISCELLANEOUS ADDITIONAL INSUREDS
Section II Who Is An Insured is amended to
include as an additional Insured any person or
organization described in Paragraphs 2.a.
through 2.h. below whom you are required to add
as an additional insured on this policy under a
written contract or written agreement. However,
the written contract or written agreement must be:
1. Currently in effect or becoming effective
during the term of this policy; and
2. Executed prior to the "bodily injury",
"property damage" or "personal injury and
advertising injury", but
Only the following persons or organizations
are additional insureds under this
endorsement and coverage provided to such
additional insureds is limited as provided
herein:
a. State or Governmental Agency or
Subdivision or Political Subdivi-
sions
Any state or governmental agency or
subdivision or political subdivision
that has issued a permit in
connection with operations performed
by you or on your behalf and that you
are required by any ordinance, law or
building code to include as an
additional insured on this coverage
part is an additional insured, but only
with respect to liability for "bodily
injury", "property damage", "personal
and advertising injury" arising out of
such operations.
ANIC GL 1187 07 16 Page 1 of 6
Alaska National
INSURANCE COMPANY
The insurance provided to such state
e. Owners or Other Interests From
or political subdivision does not apply
Whom Land Has Been Leased
to any "bodily injury", "property
damage" or "personal and advertising
An owner or other interest from whom
injury" arising out of operations
land has been leased by you but only
performed for that state or political
with respect to liability arising out of
subdivision.
the ownership, maintenance or use of
that specific part of the land leased to
b. Controlling Interest
you and subject to the following
additional exclusions:
Any persons or organizations with a
controlling interest in you but only
This insurance does not apply to:
with respect to their liability arising
out of:
(1) Any "occurrence" which takes
place after you cease to lease
(1) Their financial control of you, or
that land; or
(2) Premises they own, maintain or
(2) Structural alterations, new con -
control while you lease or occupy
struction or demolition operations
these premises.
performed by or on behalf of
such additional insured.
This insurance does not apply to
structural alterations, new construc-
f. Co-owner of Insured Premises
tion and demolition operations
performed by or for such additional
A co-owner of a premises co -owned
insured.
by you and covered under this
insurance but only with respect to the
c. Managers or Lessors of Premises
co -owners liability as co-owner of
such premises.
A manager or lessor of premises but
only with respect to liability arising out
g. Lessor of Equipment
of the ownership, maintenance or use
of that specific part of the premises
Any person or organization from
leased to you and subject to the
whom you lease equipment. Such
following additional exclusions:
person or organization is an
additional insured only with respect to
This insurance does not apply to:
their liability for "bodily injury",
"property damage" or "personal and
(1) Any "occurrence" which takes
Advertising injury" caused, in whole
place after you cease to be a
or in part, by your maintenance, oper-
tenant in that premises; or
ation or use of equipment leased to
you by such person or organization.
(2) Structural alterations, new con-
A person's or organization's status as
struction or demolition operations
an additional insured under this
performed by or on behalf of
endorsement ends when their written
such additional insured.
contract or written agreement with
you for such leased equipment ends.
d. Mortgagee, Assignee or Receiver
With respect to the insurance
A mortgagee, assignee or receiver
afforded these additional insureds,
but only with respect to their liability
the following additional exclusions
as mortgagee, assignee, or receiver
apply:
and arising out of the ownership,
maintenance, or use of a premises by
This insurance does not apply:
you.
(1) To any "occurrence" which takes
This insurance does not apply to
place after the equipment lease
structural alterations, new construc-
expires; or
tion or demolition operations
performed by or for such additional
insured.
ANIC GL 1187 07 16 Page 2 of 6
ar Alaska National
INSURANCE COMPANY
(2) To "bodily injury", "property
damage", or "personal and
advertising injury" arising out of
the sole negligence of such
additional insured.
h. Owners, Lessees or Contractors
(1) Such person or organization is an
additional insured for "bodily
injury", "property damage" and
"personal and advertising injury"
if, and only to the extent that, the
injury or damage is caused by
negligent acts or omissions of
you or your subcontractor in the
performance of "your work" to
which the written contract
applies. This person or organi-
zation does not qualify as an
additional insured with respect to
injury or damage caused in whole
or in part by independent
negligent acts or omissions of
such person or organization.
(2) However, this insurance does not
apply to "bodily injury", "property
damage" or "personal and
advertising injury" arising out of
an architect's, engineer's, or
surveyor's rendering of or failure
to render any professional
services including:
L the preparing, approving, or
failing to prepare or approve
maps, drawings, opinions,
reports, surveys, change
orders, design or
specifications; and
ii. supervisory, inspection, or
engineering services.
(3) The insurance provided to this
additional insured, does not
cover "bodily injury" or "property
damage" caused by your
negligent acts and omissions in
the performance of "your work"
that occurs within the "products -
completed operations hazard",
unless the written contract
contains a specific requirement
that you procure completed
operations coverage or coverage
within the "products -completed
operations hazard" for the
additional insured. However,
even if coverage within the
"products -completed operations
hazard" is required by the written
contract, such coverage is
available to the additional insured
only if the "bodily injury" or
"property damage" occurs prior to
the end of the time period during
which you are required by the
written contract to provide such
coverage or the expiration date of
the policy, whichever comes first.
Any insurance provided to an additional
insured designated under Paragraphs 2.a.
through 2.g. above does not apply to "bodily
injury" or "property damage" included within
the products -completed operations hazard."
Primary And Noncontributory Insurance
The following is added to the Other Insurance
Condition and supersedes any provision to the
contrary:
This insurance is primary to and will not seek
contribution from any other insurance available to
an additional insured under your policy provided
that:
(1) The additional insured is a
Named Insured under such other
insurance; and
(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
the additional insured.
Section III - Limits of Insurance, the following is
added:
With respect to the insurance afforded to the
additional insureds described in Paragraphs a.
through h. above, the most we will pay on behalf
of such additional insured is the amount of
insurance:
(1) Required by the contract or
agreement; or
(2) Available under the applicable
Limits of Insurance shown in the
Declarations;
whichever is less.
ANIC GL 1187 07 16 Page 3 of 6
Alaska NaUmmi
INSURANCE COMPANY
This provision shall not increase the applicable
Limits of Insurance shown in the Declaration.
2. Damage To Premises Rented to You
SECTION III — LIMITS OF INSURANCE,
Paragraph 6. is replaced by the following:
6. Subject to Paragraph 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 damage
by fire, while rented to you or temporarily
occupied by you with permission of the
owner.
If a limit is shown for Damage to Premises
Rented to You the most we will pay under
Coverage A for damages because or "property
damage" to any one premises is the Limit shown
in the Declarations or $500,000, whichever is
greater.
3. MEDICAL PAYMENTS
A. Section III — Limits of Insurance, Paragraph
7. is replaced by the following:
7. Subject to Paragraph 5. above the
Medical Expense Limit is the most we will
pay under Coverage C for all medical
expenses because of "bodily injury"
sustained by any one person.
If a limit is shown for Medical Expense in
the Declarations the most we will pay
under Coverage C for all medical
expenses because of "bodily injury'
sustained by any one person is the Limit
shown in the Declarations or $15,000,
whichever is greater.
B. This provision 5. (Medical Payments) does
not apply if Section I - Coverage C Medical
Payments is excluded either by the
provisions of the Coverage Part or by
endorsement.
C. Paragraph 1.a.(3)(b) of Section I - Coverage
C - Medical Payments, is replaced by the
following:
(b) The expenses are incurred
and reported to us within
three years of the date of the
accident; and
4. NON -OWNED WATERCRAFT
A. If endorsement CG 21 09, CG 21 10, CG 24
50, or CG 24 51 is attached to the policy,
Paragraph A. 2. g. (2) (b) is replaced by the
following:
(b) A watercraft that you do not
own that is:
(1) Less than 50 feet long:
and
(ii) Not being used to carry
persons or property for a
charge.
B. If Paragraph A. does not apply, Paragraph g.
(2) of 2. EXCLUSION under SECTION I —
COVERAGES, COVERAGE A — BODILY
INJURY AND PROPERTY DAMAGE
LIABILITY is replaced by the following:
(2) A watercraft that you do not own
that is:
(a) Less than 50 feet long; and
(b) Not being used to carry
persons or property for a
charge.
5. SUPPLEMENTARY PAYMENTS
A. Under Section I - Supplementary Payments
- Coverage A and B, Paragraph 1.b., the
limit of $250 shown for the cost of bail bonds
is replaced by $10,000;
B. In Paragraph 1.d., the limit of $250 shown for
daily loss of earnings is replaced by $500.
6. NEWLY FORMED OR ACQUIRED
ORGANIZATIONS
Paragraph 3.a. of Section 11 - Who Is An Insured
is deleted and replaced by the following:
Coverage under this provision is afforded only
until the end of the policy period or the next
anniversary of this policy's effective date after you
acquire or form the organization, whichever is
earlier.
ANIC GL 1187 07 16 Page 4 of 6
JW Alaska NaBonal
INSURANCE COMPANY
7. LIBERALIZATION CLAUSE
If we adopt a change in our forms or rules which
would broaden coverage for contractors under
this endorsement without an additional premium
charge, your policy will automatically provide the
additional coverages as of the date the revision is
effective in your state.
8. UNINTENTIONAL FAILURE TO DISCLOSE
HAZARDS
SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS — Paragraph 6. —
Representations is replaced by the following:
6. Representations
By accepting this policy, you agree:
a. The statements in the Declarations are
accurate and complete;
b. Those statements are based upon
representations you made to us; and
c. We have issued this policy in reliance
upon your representations.
The unintentional omission of, or
unintentional error in, any information you
provided to us which we relied upon in
issuing this policy will not prejudice your
rights under this insurance. However, this
provision does not affect our right to collect
additional premium or to exercise our rights of
cancellation or nonrenewal in accordance
with applicable laws and regulations.
9. NOTICE OF OCCURRENCE
The following is added to Paragraph 2. of Section
IV - Commercial General Liability Conditions -
Duties In The Event of Occurrence, Offense,
Claim or Suit:
Your rights under this Coverage Part will not be
prejudiced if you fail to give us notice of an
"occurrence", offense, claim or "suit" and that
failure is solely due to your reasonable belief that
the "bodily injury" or "property damage" is not
covered under this Coverage Part. However, you
shall give written notice of this "occurrence",
offense, claim or "suit" to us as soon as you are
aware that this insurance may apply to such
"occurrence', offense, claim or "suit."
10. BROAD KNOWLEDGE OF OCCURRENCE
The following is added to Paragraph 2. of Section
IV - Commercial General Liability Conditions -
Duties in The Event of Occurrence, Offense,
Claim or Suit:
You must give us or our authorized representative
notice of an "occurrence", offense, claim, or "suit"
only when the "occurrence", offense, claim or
"suit' is known to:
(1) You, if you are an individual;
(2) A partner, if you are a
partnership;
(3) An executive officer or the
employee designated by you to
give such notice, if you are a
corporation; or
(4) A manager, if you are a limited
liability company.
11. EXPANDED BODILY INJURY
Section V - Definitions, the definition of "bodily
injury" is changed to read:
"Bodily injury" means bodily injury, sickness or
disease sustained by a person, including death,
humiliation, shock, mental anguish or mental
injury by that person at any time which results as
a consequence of the bodily injury, sickness or
disease.
12. EXPECTED OR INTENDED INJURY
Exclusion a. of Section I - Coverage A - Bodily
Injury and Property Damage Liability is
replaced by the following:
a. "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.
ANIC GL 1187 07 16 Page 5 of 6
Alaska National
INSURANCE COMPANY
13. BLANKET WAIVER OF SUBROGATION
The Transfer Of Rights Of Recovery Against
Others To Us Condition (Section IV -
Commercial General Liability Conditions) is
amended by the addition of the following:
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:
1. Your ongoing operations; or
2. "Your work" included in the "products -
completed operations hazard."
However, this waiver applies only when you have
agreed in writing to waive such rights of recovery
in a contract or agreement, and only if the
contract or agreement:
1. Is in effect or becomes effective during
the term of this policy; and
2. Was executed prior to loss.
14. IN REM ACTIONS
Any action in rem against any vessel owned,
operated by or for, or chartered by or for you will
be treated in the same manner as though the
action were in personam against you.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is
required only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective
Insured
Countersigned By
Policy No.
Endorsement No.
Includes copyrighted material of Insurance Services Office, Inc., with its permission
ANIC GL 1187 07 16 Page 6 of 6
Kaska National
INSURANCE COMPANY
MOTOR CARRIER COVERAGE ENHANCEMENT ENDORSEMENT
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following
MOTOR CARRIER COVERAGE FORM
(The entries required to complete this endorsement will be shown below or on the "schedule of coverages".)
Various provisions in this endorsement restrict
coverage. Read the entire policy carefully to
determine rights, duties, and what is and is not
covered.
Throughout this policy, the words "you" and "your"
refer to the Named Insured shown in the
Declarations. The words "we", "us", and "our" refer
to the company providing this insurance.
Other words and phrases that appear in quotation
marks have special meaning. Refer to SECTION
VI — DEFINITIONS in the Motor Carrier Coverage
Form.
The coverages provided by this endorsement
apply per "accident" and, unless otherwise
specified, are subject to all of the terms, conditions,
exclusions and deductible provisions of the policy
to which it is attached.
Below is a summary of the changes made by this
endorsement to the MOTOR CARRIER
COVERAGE FORM. This summary is for
convenience only. Refer to the specific language
for complete details.
1. EMPLOYEE AS INSURED (HIRED AUTO
— LESS THAN 10,000 POUNDS GVW)
2. "BLANKET" ADDITIONAL INSURED AS
REQUIRED BY WRITTEN CONTRACT
3. COST OF BAIL BONDS — INCREASED
TO $5,000
4. REASONABLE EXPENSES INCURRED
BY THE INSURED — INCREASED TO
$500 PER DAY
5. TOWING AND LABOR COSTS - $2,500
PER DISABLEMENT SUBJECT TO
$5,000 ANNUAL AGGREGATE
6. TRANSPORTATION EXPENSES —
INCREASED TO $200 PER
DAY/MAXIMUM OF $1,500
7. LOSS OF USE EXPENSES (HIRED,
RENTED OR BORROWED) INCREASED
TO $200 PER DAYIMAXIMUM OF $1,500
8. AIRBAG COVERAGE
9. FUEL IN VEHICLE COVERAGE - $2,500
10. FIRE EXTINGUISHER RECHARGE
COVERAGE
11. AUTO LOAN/LEASE GAP COVERAGE -
$2,500
12.PERSONAL PROPERTY COVERAGE
FOR DRIVER- $1,000
13. TELEMATICS EQUIPMENT COVERAGE
-$2,500
14. "DOWNTIME LOSS" AND RENTAL
REIMBURSEMENT COVERAGE - $150
PER DAY, 30 DAY MAXIMUM
15. SINGLE PHYSICAL DAMAGE DEDUCT-
IBLE PER LOSS
16. DEDUCTIBLE ON GLASS BREAKAGE
WAIVED IF GLASS REPAIRED RATHER
THAN REPLACED
17. TRANSFER OF RIGHTS OF RECOVERY
AGAINST US (WAIVER OF SUBROGA-
TION)
18. UNINTENTIONAL FAILURE TO DIS-
CLOSE HAZARDS
19. OTHER INSURANCE CHANGES
20. BODILY INJURY INCLUDES MENTAL
ANGUISH
ANIC CA 1220 01 19 Page 1 of 5
4f�V Alaska National
INSURANCE COMPANY
SECTION II — COVERED AUTO LIABILITY
COVERAGE, Paragraph A.1. Who Is An Insured is
amended to include:
f. Any "employee" of yours while operating
an "auto" with a gross vehicle weight of
less than 10,000 pounds 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.
g. Any person or organization for whom you
have agreed in writing to provide
insurance such as is afforded by this
Coverage Form, but only with respect to
liability arising out of the ownership,
maintenance or use of "autos" covered by
this policy.
SECTION II — COVERED AUTO LIABILITY
COVERAGE, Paragraph A.2.a. (2) — Supplementary
Payments is replaced by the following:
(2) Up to $5,000 for the cost of bail bonds
(including bonds for related traffic law
violations) required because of an
"accident" we cover. We do not have
to furnish these bonds.
SECTION II — COVERED AUTO LIABILITY
COVERAGE, Paragraph A.2.a. (4) — Supplementary
Payments is replaced by the following:
(4) All reasonable expenses incurred by
the "insured" at our request, including
actual loss of earnings up to $500 a
day because of time off from work.
2. Towing
We will pay up to $2,500 for towing and labor
costs each time a covered "auto" is disabled.
However, the labor must be performed at the
place of disablement.
The mostwe will pay fortowing and labor costs
is $5,000 in any one policy year.
SECTION II — COVERED AUTO LIABILITY
COVERAGE, Exclusion B.5. is amended to add:
This exclusion does not apply if the "bodily
injury" results from the use of a covered "auto"
you own or hire. Such coverage as is afforded
by this provision is excess over any other
collectible insurance.
SECTION IV — PHYSICAL DAMAGE COVERAGE,
Paragraph AA.a. — Transportation Expenses is
deleted and replaced by the following:
a. Transportation Expenses
We will pay up to $200 per day to a
maximum of $1,500 for temporary
transportation expense incurred by you
because of the total theft of a covered
"auto" that is 20,000 lbs. of Gross Vehicle
Weight. We will pay only for those
covered "autos" for which you carry either
Comprehensive or Specified Causes 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
expiration, when the covered "auto" is
returned to use or we pay for its "loss".
SECTION IV — PHYSICAL DAMAGE COVERAGE,
Paragraph AA.b. — Loss of Use Expenses is replaced
by the following:
b. Loss of Use Expenses — Hired, Rented,
or Borrowed Automobiles
We will pay expenses for which an
"insured" becomes legally responsible for
loss of use of a vehicle hired, rented or
borrowed without a driver under a written
rental contract or agreement. We will pay
for loss of use expenses if caused by:
(1) Other than Collision, only if the
Declarations indicate that Compre-
hensive Coverage is provided for the
vehicle withdrawn from service.
(2) Specified Causes of Loss only if the
Declarations indicate that Specified
Causes of Loss Coverage is provided
for the vehicle withdrawn from service.
(3) Collision only if the Declarations
indicate that Collision Coverage is
provided for the vehicle withdrawn
from service.
However, the most we will pay for any
expenses for loss of use is $200 per day, to a
maximum of $1,500.
ANIC CA 1220 01 19 Page 2 of 5
JV Alaska National
INSURANCE COMPANY
Section IV — PHYSICAL DAMAGE COVERAGE
The following are added to A. Coverage:
5. Airbag Coverage
We will pay the cost to repair, replace, or reset
an airbag that inflates for any reason other
than as a result of a collision if the Declarations
indicate that the covered "auto" has
Comprehensive Coverage or Specified
Causes of Loss Coverage.
6. Fuel in Vehicle
We will pay up to $2,500 for the actual loss
sustained as a result of loss of fuel in a
covered "auto", used to operate the "auto",
caused by a covered loss to the covered
"auto." No deductible applies to this coverage.
7. Fire Extinguisher Recharge
We will pay the cost to recharge or replace,
whichever is less, fire extinguishers kept in
your covered "autos" that are intentionally
discharged in an attempt to extinguish a fire.
No deductible applies to this coverage.
B. Auto Loan/Lease Gap Coverage
In the event of a total "loss" to a covered "auto"
for which we pay under the policy's Physical
Damage Coverage, we will pay any unpaid
amount due on the lease or loan for that "auto,"
less:
a. The amount paid under the policy's
Physical Damage Coverage and any:
(1) Overdue lease/loan pay-
ments at the time of the "loss";
(2) Financial penalties imposed
under a lease for excessive
use, abnormal wear and tear
or high mileage;
(3) Security deposits not returned
by the lessor;
(4) Costs for extended war-
ranties, Credit Life Insurance,
Health, Accident or Disability
Insurance purchased with the
loan or lease; and
(5) Carry-over balances from
previous loans or leases.
The most we will pay as a result of any one
"loss" is $2,500.
9. Driver's Personal Property
We will pay up to $1,000 for loss or damage to
personal property or effects of any driver of a
covered "auto" while contained in that "auto"
and caused by:
a. Fire, lightning or explosion;
b. Windstorm, hail or earthquake;
c. Flood;
d. Mischief or vandalism;
e. The sinking, burning, collision or
derailment of any conveyance
transporting the covered "auto";
f. The covered "auto's" collision with
another object; or
g. The covered "auto's" overturn.
We will not pay for loss or damage to coins,
currency, securities or contraband.
Exclusions 2.c., 2.e. and 2.f. of Section IV, B.,
Physical Damage Coverage do not apply to
this coverage.
This coverage is excess over any other
collectible insurance. No deductible applies to
this coverage.
10. Telematics Equipment Coverage
We will pay up to $2,500 for loss or damage to
"telematics" equipment in a covered "auto"
caused by a covered cause of "loss". This
coverage applies whether or not the
equipment is permanently installed in, or
mounted on, the covered "auto."
Exclusions 2.c., 2.e. and 21 of Section IV, B.,
Physical Damage Coverage do not apply to
this coverage.
No deductible applies to this coverage.
11. Downtime Loss and Rental Reimburse-
ment Coverage
We will pay any resulting "downtime loss" and
rental reimbursement expense you sustain as
a result of a covered physical damage "loss" to
a covered "auto" up to a maximum of $150 per
day for a maximum of 30 days for the same
physical damage loss, subject to the following
limitations:
ANIC CA 1220 01 19 Page 3 of 5
J�r Alaska National
INSURANCE COMPANY
a. We will cover "downtime loss" and rental
reimbursement expenses beginning the
sixth day after:
(1) We have given you our agreement to
pay for repairs to a covered "auto" and
you have given the repair facility your
authorization to make the repairs; or
(2) The date you first reported the "loss"
to us if we have declared your auto a
total "loss"; and
b. Coverage for "downtime loss" and rental
reimbursement will end when any of the
following occur.
(1) You have a spare or reserve "auto"
available to you to continue your
operations.
(2) You purchase a replacement "auto."
(3) Repairs to your covered "auto" have
been completed by the repair facility
and the "auto" has been determined to
be road -worthy.
(4) You reach the 30 days of maximum
coverage.
Coverage for "downtime loss" and rental
reimbursement is excess over any other
insurance coverage available.
SECTION IV — PHYSICAL DAMAGE COVERAGE
D. Deductible is replaced by the following:
For each covered "auto", our obligation to pay
for, repair, 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.
However, if more than one covered "auto" is
involved in the same loss, only one deductible
will apply to the loss. If the deductible amounts
vary, the largest deductible will apply.
No deductible applies to glass breakage if the
glass is repaired rather than replaced.
SECTION V — MOTOR CARRIER CONDITIONS,
Paragraph A. 5. — Transfer of Rights of Recovery
Against Others To Us is amended to include:
5. Transfer of Rights of Recovery Against
Others to Us
This condition does not apply to any person(s)
or organization(s) to the extent that
subrogation against that person or
organization is waived prior to the "accident" or
the "loss" under a contract with that person or
organization.
SECTION V — MOTOR CARRIER CONDITIONS —
Paragraph B.2. — Concealment, Misrepresentation Or
Fraud is amended by adding Unintentional Failure to
Disclose Hazards at the end of Paragraph B.2. as
follows:
Unintentional Failure to Disclose Hazards
If you unintentionally fail to disclose any
hazards existing at the inception date of your
policy, we will not deny coverage under this
Coverage Form because of such failure.
However, this provision does not affect our
right to collect additional premium or exercise
our right of cancellation or non -renewal.
SECTION V — MOTOR CARRIER
CONDITIONS — B. General Conditions, S.
Other Insurance — Primary and Excess
Insurance Provisions — f. is replaced by the
following:
f. 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
that individual "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".
SECTION VI — DEFINITIONS — Paragraph C. —
"Bodily injury" is replaced by the following:
C. "Bodily injury" means bodily injury, sickness or
disease sustained by a person including death or
mental anguish resulting from any of these.
Mental anguish means any type of mental or
emotional illness or disease.
ANIC CA 1220 01 19 Page 4 of 5
JV Alaska National
INSURANCE COMPANY
SECTION VI — DEFINITIONS — the following are T. "Business Income" means:
added: 1. Net Income (net profit or loss before income
S. "Downtime Loss" means actual loss of "business taxes) that would have been earned or
income" for the period of time that a covered incurred; and
"auto": 2. Continuing normal operating expenses,
1. is out of service for repair or replacement as a including payroll.
result of a covered physical damage loss; and U. "Telematics equipment' means:
2. is in the custody of a repair facility if not a total Equipment, devices, or software, used in vehicle
"loss." telematics systems.
This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date
issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required
only when this endorsement is issued subsequent to commencement of the policy.
Endorsement Effective Policy No.
Insured Endorsement No.
Countersigned By
Includes copyrighted material of the Insurance Services Office, Inc., with its permission
ANIC CA 1220 01 19 Page 5 of 5
This page has been left blank intentionally.
Bond No. 023219170
PERFORMANCE AND PAYMENT BOND
2021 PAVEMENT REPAIR PROJECT
The City of Federal Way ("City') has awarded to Miles Resources LLC ("Principal's, 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 Liberty Mutual Insurance Company ("Surety"), a corporation organized under the laws of the
State of Massachusetts and licensed to do business in the State of Washington as surety and
named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly
bound to the City of Federal Way, in the sum of Two Hundred Ninety-eight Thousand Eighl Hundred Twenty-three & 091100 US Dollars
($ 298,823.09 Total Contract Amount, subject to the provisions herein.
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by ,a fully
executed, original power of attorney for the office executing on behalf of the surety. = r.
PRINCIPAL: Re Dorcas, LLC
Principal r �f D to
Printed Name
&&Lw
Il�t� rrs� d�
Titre
SURETY: Liberty Mutual Insurance Company.... �' :.�C�IAD
Surety Signature -i W."'I .:
dh
Printed Names
.' A I
Alicean A. Keltner
Attorney -in -Fact
Tale
YWI
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-23 PROJECT #11212
CFW RFO VERSION 2020,lUNE
LOCAL OFFICE/AGENT OF SURETY:
Propel Insurance
Name
601 Union Street, Suite 3400
Street Address
Seattle, WA 98101
City, State, Zip
(206) 676.4200
Telephone
BOND NO.: 023219170
APPROVED AS TO FORM: aez'C.-eJ -
J. Ryan Call, City Attorney
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFCI-24 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
This Power of Attorney Nmb ttte acts of those named hersin, and they hew no atdtwdty to
bind the Company, except In the memtsr and to the extent herein stated.
Liberty
Mutual.
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 8205061423049
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company Is a corporation duly organized under the Paws of the State of Massachusetts, and West American Insurance Company is a t orporatlon duly organized
under the laws of the State of Indiana (herein colladvely called tha "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Alicom A.
Kellner, Alyeaa I. Lopez, Amelia G. Burri11, Anne]iea M. Richie, Brandon K_ Bush, Brent. E, Heilewn, Carlev Espiritu. Chd8twhcr Kinvoo. Cvrr Wa L. Iay. Diane M.
all of the city of Tacoma state of WA each kndhddually if them be more €hen one named, Its true and lawful atteomeyan4ed to make,
execute, met, acknowledge and deliver, for and on its behalf as surety and ea its act and deed, any and ell undertakings, bands, recognizances and other aumty obtigabvns, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and aifasted by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an suthorbsd officer or official of the Companies and the corporate seals of the Companies have been affbred
thereto this 19th day of March , 2021 .
ca State of PENNSYLVANIA
� County of MONTGOMERY
Liberty Mutual Insurance Company
r� 1NSU %-4 IA1grj ►h+auThe Ohio Casualty Insurance Company
a p '�o den �10 � �°OR°'a�fi Wast Ame6can Insurance Company
or m w
10, 1912 h o 1919 Q Q 1991 Q
�3
s�7 * ��yl f ?�' ''M * �'� By'
David M. Carey, Assistant 5acr+etary
w 0 On this 19th day of March 2021 before me personalty appeared David M. Carey, who admowledged himself to be the Assistant Secretary of Liberty Mutual Insurance �
o g Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing Instrument for the purposes `
to
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.cc
�
c1 IN WITNESS WHEREOF, I haw hereunto subscribed my name and afted my notarial seal at Iang of Prussia, Pennaylvanle, on the day and year first above written. Q
,N p PAS;, Carnmonwwl li, or Pennsylvania - Notary Seal
O '
af!� F Tcrc�a PesteNeNotary PublictlI
«+ Montgomery County
Of My commission expires March 29, 2025 By: at
e+r Gimnnss-an number 1128044 erase Pasielle, NotaryPublic Q
r.! +Sa, ., LV�'� -G Mnmhsr ✓'vrsnxylvanla Anarx-alien pf NvWnes �
m This Power of Attorney Is me& and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Caeualty Insurance Company, Liberty Mutual
E•9 Insurance Company, and Wed American Insurance Company which reedutlons are now In full force and effect reeding as follows: I
a ARTICLE IV — OFFICERS: Section 12. Power of Attorney. o
Any officer or other ofllciel of the Corporation authorized for that purpose In writing by the Chairman or the President, and subject to such gmlbitlon as the Chairman or the
President may prescribe, shell appoint such altomeys-1wilac, as may be necessary to ad In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all underteldrhge, bonds, rNogn zancas and other surely obligations. Such attorneys -In -fact, subject to the limitations set forth In their respective powers of attorney, shah -0
have full parer to bind the Corpoation by their signature and exsautlon of any such Instruments and to attach thereto the seal of the Corporation. When so executed, such 'a —
Instruments shall be as binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any repra5entative or attorwy-In-W under the
provislons of this article may be ticked at any Ihme by the Board, the Chairman, the President or by the officer or of loers granting s uch power or sutirorily. t°
ARTICLE XIN — Ehucudon of Co Is P ; Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairmen or the president, and subject to such limftations as the chairmen or the president may prescribe,
shell appoint such attorlwMn-fact, ae may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and dellver as surety any and all undertakings,
bonds, recognizences and other surety obligations. Such attorneys -in -fad subject to the limitations ad forth in their respective powers of attorney, shell have full parer to bind the
Company by their slgnatu to and execution of any such instruments and to attach thereto the seel of the Company. When so executed such instrumerds shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Dsetgnadw — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Asststa nt Secretary to appoint such attomays-In-
fad as may be necessary to ad on behalf of the Company to make, execute, seel, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
AtNtorkadon — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
C mpany, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the ss= force and effect as though manually aifuced.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty MAA1 Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, We and correct copy of the Poway of Attorney ancAed by said Companies, is in full a ard effed and
has not been revoked. 1N S iO�♦
IN TESTWONY WHEREOF, I have hereunto set my hand and affbred the seals of sold Companies this lets day of August 2M21 1a
1NSU 'jY INSU itistt� r J Zak' + 4 .
oFvarygSiy�M 4JVc°xv�rr�'U
6q� GV tepra �e yC%
U sr, 3 ❑ fi * �?
1912 1919 1991 0
r rt8 q y 0 By:
d $,7 *,rye a P H wa� e Aa Fy,� of µ r �aa Renee C. Llewellyn, Ass ateiR re
LMS-12e73 LMIC OCIC WAIC Mute Co 02121
O
co
8
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2021 PAVEMENT REPAIR PROJECT
RFB No: 21-006
Contractor: MILES RESOURCES LLC
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the
moneys earned by the contractor will be reserved by the City unless the Contractor elects that the City
may retain 10% of the contract amount in lieu of a performance and payment bond pursuant to RCW
39.08.010.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld
under the terms of this contract:
0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
CI Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and
loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a
separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The
City will provide the agreement to the Contractor if this option is selected.
0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have
escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow
Agreement' upon contract award. The City will provide the agreement to the Contractor if this option
is selected. All investments are subject to City approval. The cost of the investment program, and
risk thereof, is to be borne entirely by the contractor.
M Option 4: C^actor shall submit a "Retainage Bond" on City -provided form included in these
�4
Contractor
08/16/2021
Date
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFQ-25 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
Bond No. 023219171
RETAINAGE BOND TO CITY OF FEDERAL WAY
2021 PAVEMENT REPAIR PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Miles Resources, as principal
("Principal"), and Liberty Mutual Insurance Company a Corporation organized and existing under the
laws of the State of Mass_acnusetts , as a surety Corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are
jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of.
Rwrt en Thousand Nino Hundred Forty-one R ISM00 ($ 14,941.15 for the payment of which sum we bind
ourselves and our successors, heirs, administrators or personal representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference
("Contract'), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned
by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the
City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or
material men who shall perform any labor upon such contract or the doing of such work, and all persons who
shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such
work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said
Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work
shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be
given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any
amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body
conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same
manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of
$ 298,823.09 ; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the
Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons
who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work,
and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from
such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall
be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby
waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the
Work.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-26 PROJECT #11212
CFW RFQ VERSION 2020-JUNE
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of
the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be
paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond
without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms
of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the
default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not
complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its
finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according
to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects
option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The
City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any
actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the
Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead
action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to
resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
The parties have executed this instrument under their separate seals this 16th day of
August , 2021 , the name and corporate seal of each corporate party hereto affixed, and these
presents duly signed by its undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL:
CORPORATE SEAL:
�qN
4 tau
•
�.�.,
�AI�D lr
4
PRINCIPAL: Miles Resources, LLC
By:
�r
Title:
Address: 400 Valley Ave NE
_Puyallup, WA 9B372
SURETY: Liberty Mutual Insurance Company
Attomey-in-Fact —
(Attach Power of Attomey)
Title: Aliceon A. Keltner, Attomey-in-Fact
Address: 1001 4th Avenue, Suite 3700
Seattle, WA 98154
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-27 PROJECT #11212
CFW RFO VERSION 2020,/UNE
CERTIFICATES AS TO CORPORATE SEAL
ereb c rti that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that
a who signed the said bond on behalf of the Principal, was
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond wag duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governi grit ody. D
Secretarj►'of rrncr 1
Notary Public
I hereby certify that I am the of the Corporation named as Surety in the within bond; that
Aliceon A. Keltner who signed the said bond on behalf of the Surety, was
Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
kt�,- 3.sn A�
Katie Snider, ryx
� .*641
APPROVED AS TO FORM:it NJ.
�• aTA
J. Ryan Call, City Attorney >: AueLIG
lC.14c>t. 17" •`
.� . 02 20
PIt
•�aa�aa+
W�*�Q`�
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
RFO-28 PROJECT #11212
CFW RFO VERSION 2020-JUNE
This Power of A tomey timlb diesels of Owe named herein, end they have no sutift to
bind the Company vicept In the manner and to the extent herein stated.
Lie
Mutual.
SURETY
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
Certificate No: 820508141120M
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Ube* Mutual Insurance Compaq Is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company Is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies', pursuant to and by authority herein act forth, does hereby name, conslitift and appoint, Alia= A.
Keltaer. Alvssa J. Lonez Amelia G. Burrill. Annelies M. Riclrie. Brandon K. Buah. Brent E. Heilesem Carley EsniritLL Christonher Kinvon. Cvnthia L. Jay. Diane M.
Hanhn& E"W Sims, Eric A. Mramerman, Erica E. Mostey, heather L. Anent, HOW Albers, Jacob T. Ha&b* dames B. Binder, Jamie L. Ma%ua, Katharine J.
Snider. Kvle Josenb Howat. Terrie Conelyd
all of the dty of Tacoma state of WA each Indhildually If there be more than one named, Ito We and lawful attomeydn-fact to make,
execute, sol, acknowledge and deliver, kr and on its behalf as surety and as its act and deed, any and all undertakings, bonds, moogniasnees and other auretyobfigations, In pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies In their own proper
persons.
IN WITNESS WHEREOF, this Pourer of AAttomey has been subscribed by an authorized officer or official of the Companies and the corporate seata of the Companies have been efitxed
thereto thle 19th day of March , 2021 .
Liberty Mulual Iraurence Company
P� 1Nsu p01 INS& A I uR9 The Ohio Casually Insurance Company
ro ra�y� 17rzflpvoyq� Py�P `ogrvggr q0 West American Insurance Company
1912A Q 1919A 1991 F° 0
w ❑ Q
4CHu� .Aa 50 y�kvari y3� �S, �NQPAea ds LL . df!r
$'7 * �°' ''h� * a� a'3f * h� By:
David M. Carev. Assistant Secretery
Stale of PENNSYLVANIA
County of MONTGOMERY re
0 I On this 19th day of March 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Asstefant Secretary of Ube rty Mutual Insurance
Company, The Ohio Casually Company, and West American Insurance Company, and that he, as such, being suthorfzed so to do, execute the foregoing instrument for the purposes
_ therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
i�
i�
i G
Jw
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
PAS,,
STD( Ctrnrnbnvfflatlh or Pan
neylvenia-Notary Seel
Q4o'�'' fiY Teresa Past U, Notary Public
Montgomery Camty .(/ -�-
QF My cvmmisyen axPir69 MarYit 28. 2025
r Comnnsstan number 1126044 By.
�CSYLN'�,jr Membar. PermsylwWa Azov Lion ar Notnwt Teresa Pastefla, Notary Public
Rqy P�
This Power of Attoomey is made and exeaufsd pursuant to and by authority of the foNowing By-laws and Auiharizatfm of The Ohio Casualty Insurance Company, Uberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now In full foroe and effect reading ea follows:
ARTICLE IV — OFFICERS: Section 12. Pourer of Attorney.
Any officer or other AM of the Corporation authorized for that purpose In writing by the Chalmon or the President, and subject to such Ilniftetiai as the Chaiman or the
President may prescribe, shall appoint such attonieysarffact, as may be necessary to act In behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undo rtaklnp, borMs, recogncxances and other surely obligations. Such altomeys-Infact, subject to the limitations eat forth In their respective powers of attorney, shell
have full power to bind the Corporation by their signature and mmutlonr of any such Instruments and to attach thereto the seal of the Corporation. When so erceculed, such
Inslrumerils shay be ere binding as If signed by the President and attested to by the Secretary. Any power or authority granted to any representative or allomey-In-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or o111oers granting such power or authorily.
ARTICLE XIII — Execution of Conhacb: Section 5. Surely Bonds and Undertaldngs.
Any officer of the Compaq authorized for that purpose in writing by the chairman or the president, and subject to such Ilmitations as the chairman or the president may prescribe,
shell appoint such attorneys -in -fact, are may be necessary to ad in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and ail undertakings,
bonds, recognixances and other surety ob4dons. Such attomays-in•fad subject to the limitations set forth in their respective powers of attamey, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such Instruments shall be as binding as If
signed by the president and attested by the secretary.
CoMficate of D"nellon — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomays-In-
fad as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognlzences and other surely
obllgadomi.
AuthofhAon — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of atlomey issued by the Company in connection with surety bonds, ehafi be valid and binding upon the Company with
the same force and effect as though manually affsced.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Cesuafty Irnaurance Company, Liberty Mutual Insurance Company, and West American Insurance CaNxi y, do
hereby certify that the original power of attorney of which the foregoing is a full, We and owed copy of the Power of Attorney executed by said Companies, is •irrildSm and ft and
has not been revoked. !f
IN TESTIMONY WHEREOF, I have hereunto set my hand and afibred the seals of said Companies this lath day of August 2021 9'
P~ A StlP01t INS" %NSU/? . .*rl n
°qt f �n yJ Gonr°n�r qy -ZP c°RPOr Y t .
m� m � '+ ra M to e
1912 0 � = 1919 w o a 1991 a �
�d3gr9gcr u5 o ✓iaUPS aa� r r �hotnK* qa By, f{gnae C. Llawet , Assistant
�h • h� 3N1 * hta 3R4 * I �♦
I
LMa-12073 LMIC CCIC WAIC Mull Co 02,21
0 8
a M
Cr :3
S-5
O
1W
N
era?
d
coo
a
APPENDIX A
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, 2020 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by 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 2021 PAVEMENT REPAIR PROJECT
SP-1 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 2021 Pavement Repair Project 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 2021 PAVEMENT REPAIR PROJECT
SP-2 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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 2021 PAVEMENT REPAIR PROJECT
SP-3 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified
to be awarded a public works project.
1-02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
Reduced Plans (11" x 17") 1 Furnished automatically upon award.
Contract Provisions 1 Furnished automatically upon award.
Large Plans (e.g., 22" x 34") 1 Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans Specifications, and Site Work
(June 27, 2011 APWA GSP)
1-02.41 General
(August 15, 2016 APWA GSP, Option B)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their Bids.
1-02.40 Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-4 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01B
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The
required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.6 Preparation of Proposal
(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.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-5 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
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:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-6 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-7 PROJECT #11212
CFW SPECIAL PROVISIONS VFR. 2021.018
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;
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:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-8 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder does not owe delinquent taxes to the Washington State
Department of Revenue, or if delinquent taxes are owed to the Washington
State Department of Revenue, the Bidder must submit a written payment plan
approved by the Department of Revenue, to the Contracting Agency by the
deadline listed below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub -tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-9 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 Retai[mae and Bands
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective
management by the Bidder of making timely and appropriate payments to its
subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• A written explanation of the circumstances surrounding each claim and
the ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to the
bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and/or its owners have not been convicted of a crime involving
bidding on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances
and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances. .
7. Lawsuits
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-10 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal date, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate these
explanations to determine whether the lawsuits demonstrate a pattern of
failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient in the sole judgment of the Contracting Agency) demonstrating compliance
with the Supplemental Criteria. The Contracting Agency reserves the right to request
further documentation as needed from the low Bidder and documentation from other
Bidders as well to assess Bidder responsibility and compliance with all bidder
responsibility criteria. The Contracting Agency also reserves the right to obtain
information from third -parties and independent sources of information concerning a
Bidder's compliance with the mandatory and supplemental criteria, and to use that
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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-11 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 agy item and the
bidder's unit or lump sum price is less than the minimum specified_ amount. the
Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and/or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
Supplement with the following:
The Owner reserves the right to reject bids on any or all schedules or alternates of the
proposal. After reviewing the bids, the Owner may elect to delete any one or
combination of schedules from the proposal.
1-03.10) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie -breaker will be the Bidder with an egual lowest bid, that proposed to use the
highest percentage of recycled materials in the Project, per the farm 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 oroposed recycled materials amount. are eligible to draw.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-12 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency -prepared contract, an insurance certification as required by
Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-13 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
1-03.7 Judicial Review
(November 30, 2018 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.050 shall control
venue and jurisdiction.
1-04 SCOPE OF THE WORK
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-14 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-04.4 Changes
(April 30, 2020 WSDOT GSP, OPTION 1)
Section 1-04.4 is supplemented with the following:
Change Orders will be transmitted electronically to the Contractor for signature. The
Contractor shall apply all signatures electronically using the software provided by the
Contracting Agency. Within 21 days of execution of the Contract, the Contractor shall
submit a Type 1 Working Drawing consisting of the names, email addresses, and text -
message capable phone numbers for the authorized change order signers and shall
bear the name, phone number and email of the officer providing this authorization.
Delegation of authority to sign Change Orders shall be by the officer authorized to sign
the Contract in accordance with Section 1-02.1
1-05 CONTROL OF WORK
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or damages
with respect to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-15 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-16 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
Add the following new section.
1-05.120) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's
notice. In case of an emergency, where damage may result from delay or where
loss of services may result, such corrections may be made by the Contracting
Agency's own forces or another contractor, In which case the cost of corrections
shall be paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished
and the cost of same shall be paid by the Contractor.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-17 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 1-05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will
be performed by others during the course of this project and will require coordination of
the work:
• SW 3201" St Preservation Project
• SW 3561" St Preservation Project
1-05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e-mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1-05.18 Contractor's Daily Diary
(April 12, 2018 CFW GSP)
Section 1-05.18 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. The diary must be kept and maintained by the
Contractor's designated project superintendent. Entries must be made on a daily basis
and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-18 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
• The day and date.
• The weather conditions, including changes throughout the day.
• A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contract, Owner, or any third party in any manner.
• Listing of any materials received and stored on or off -site by the Contractor for
future installation, to include the manner of storage and protection of the same.
• Listing of materials installed during each day.
• List of all subcontractors working on -site during each day.
• Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake -out, and all other services
furnished to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non -work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
• Summary of total number of working days to date, and total number of delay
days to date.
The Contractor's designated project superintendent must sign the diary at the end of
each working day. The Contractor must provide a copy of the diary to the Owner and the
Engineer each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. The daily diary
maintained by the Contractor does not constitute the official record of the project. The
official record of the project is prepared and maintained exclusively by the engineer.
1-05.19 Defects Arisinq in One Year and Remedies
(February 15, 2019 CFW GSP)
Section 1-05.19 is a new section:
The Contractor shall, at its own sole cost and expense, be responsible for correcting all
defects in workmanship and material discovered within one year after acceptance of this
work by the City of Federal Way. When corrections of defects are made, the Contractor
shall be responsible for correcting all defects in workmanship and/or materials in the
corrected work for one year after acceptance of the corrections by the Owner.
Conducting of tests and inspections, review of specifications or plans, payment for
goods or services, or acceptance by the City does not constitute waiver, modification, or
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-19 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
exclusion of any express or implied warranty or any right under law. This warranty shall
survive termination of this Contract.
The Contractor shall start work to remedy such defects within seven (7) calendar days of
mailing notice of discovery thereof by the Owner and shall complete such work within a
reasonable time. In emergencies, where damage may result from delay or where loss of
services may result, such corrections may be made by the Owner, in which case the cost
shall be borne by the Contractor. In the event the Contractor does not accomplish
corrections at the time specified, the work will be otherwise accomplished and the cost of
same shall be paid by the Contractor. These actions will be pursuant to the provisions of
Section 1-05.8 of the Standard Specifications.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in
making emergency repairs and cost of engineering, inspection and supervision by the
Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all
claims which may be made against the Owner as a result of any defective work, and the
Contractor shall defend any such claims at his own expense.
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing
or liability, expressed or implied, arising out of a written agreement. This warranty may
also extend beyond the one year time period pursuant to any other warranties specified
in the Special Provisions, Contract Plans, other parts of the Contract Documents, or
incorporated by this reference.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on -site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350-075 Recycled Materials
Reporting.
1-06.7 Hazardous Chemicals
(April 12, 2019 CFW GSP)
Section 1-06.7 is a new section:
In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-20 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
containing any toxic products that may be harmful to the end user. The MSDS Sheet is
to accompany the toxic product(s) to the specified delivery sites.
Include the following in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
(May 13, 2020 WSDOT GSP, OPTION 4)
In response to COVID-19, the Contractor shall prepare a project specific COVID-19
health and safety plan (CHSP) in conformance with Section 1-07.4(2) as supplemented
in these specifications, COVID-19 Health and Safety Plan (CHSP).
Section 1-07.1 is supplemented with the following:
(April 12, 2019 CFW GSP)
Confined Space
Confined spaces are known to exist at the following locations:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-21 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 5 days prior to the Contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1-07.2 State Taxes
Delete this section, including its sub -sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.20) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines
when such are part of the roadway lighting system. For work performed in such
cases, the Contractor shall include Washington State Retail Sales Taxes in the
various unit Bid item prices, or other Contract amounts, including those that the
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-22 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the
Contracting Agency, retail sales tax on the full Contract price. The Contracting
Agency will automatically add this sales tax to each payment to the Contractor.
For this reason, the Contractor shall not include the retail sales tax in the unit Bid
item prices, or in any other Contract amount subject to Rule 170, with the
following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools,
machinery, equipment, or consumable supplies not integrated into the project.
Such sales taxes shall be included in the unit Bid item prices or in any other
Contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.4 Sanitation
Section 1-07.4(2) is supplemented with the following:
1-07.4(2) Health Hazards
(May 13, 2020, WSDOT GSP, OPTION 2)
COVID-19 Health & Safety Plan (CHSP)
The Contractor shall prepare a project specific COVID-19 health and safety plan
(CHSP). The CHSP shall be prepared and submitted as a Type 2 working drawing prior
to beginning physical Work. The CHSP shall be based on the most current State and
Federal requirements. If the State or Federal requirements are revised, the CHSP shall
be updated as necessary to conform to the current requirements.
The Contractor shall update and resubmit the CHSP as the work progresses and new
activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the
conditions change on the project, or a particular activity, the Contractor shall update and
resubmit the CHSP. Work on any activity shall cease if conditions prevent full
compliance with the CHSP.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-23 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
1-07.6 Permits and Licenses
(April 12, 2018 CFW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained on the DNR Public Land Survey Office website. The permit application must be
stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9(5) Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
All "Statements of Intent to Pay Prevailing Wages",
Certified Payrolls, including a signed Statement
projects, shall be submitted to the Engineer using
Wage Intent & Affidavit (PWIA) system.
"Affidavits of Wages Paid" and
)f Compliance for Federal -aid
:he State L&I online Prevailing
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:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-24 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
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).
1-07.13 Contractor's Responsibility for Work
1-07.13(4) Repair of Damage
(August 6, 2001 WSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or
permanent work as directed by the Engineer. For damage qualifying for relief
under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in
accordance with Section 1-04.4. Payment will be limited to repair of damaged
work only. No payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-25 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 38" 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: Brian Hoback
31627 1"Avenue S 4020 Auburn Way North
Federal Way, WA 98003 Auburn, WA 98002
Telephone: (253)945-1624 Telephone: (253) 864-4281
King County Traffic Operations
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
Zayo
Attn: Jason Tesdal
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
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-26 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
(for traffic / road closure issues)
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.180) 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
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-27 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
■ The Contracting Agency and its officers, elected officials, employees, agents,
and volunteers.
■ The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
■ Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work. Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-28 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self -insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self -insured
retention, said deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18 5 A Commercial General Liabiiit
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-29 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
$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 L.ia_hility
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' Com ensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18ND Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
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 Liabilit
(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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-30 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-07.23 Public Convenience and Safety
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.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
Regulatory Distance From i
Posted Speed Traveled Way
35 mph or less 1 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:
Only one lane of traffic (northbound or southbound)may be closed to
traffic between the hours of 7:OOAM and 3:30PM. Approval to close both
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-31 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
one northbound and one southbound lane at the same time will require
prior approval by the Project Engineer.
® Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
Closure of one lane at a time may occur between the hours of 7AM to
7PM. Any closures between 7PM to 7AM require prior approval by the
City
• 21 st Ave SW and SW/S 320th St, lane closures be allowed between the
hours of 8:30 a.m. to 3:30 p.m.
• If a lane closure is required, at least one lane of traffic (alternating
directions / fagger controlled) shall be maintained at all times.
Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall
maintain continuous two-way traffic along streets throughout the project
site. The Contractor shall have the option, with the approval of the
Engineer, of momentarily interrupting the continuous two-way traffic to
allow one-way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize
driver confusion. A momentary interruption shall be defined as a period
of time not to exceed two (2) minutes. Regardless of the period of time
no queue greater than ten (10) cars in length will be allowed.
d Working at night (8pm to 7am weekdays, 8pm-9am weekends & holidays)
is not mandated by the City. Should the contractor schedule project work
during nighttime hours, it shall be the Contractor's responsibility to obtain
any required noise variance or exemption for such work.
For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
e The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-32 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
as not to be visible to motorists
The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets,
alleys, sidewalks and driveways. Notifications should be at least 48 hours
in advance of closures, if possible.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
If the Engineer determines the permitted closure hours adversely affect traffic,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
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:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-33 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 / 11 th 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.
b. 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.
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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-34 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01B
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;
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-35 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
1-07.28 Communication with Businesses and Property Owners
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-36 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners / tenants that are located adjacent to the project. The Contractor, along with the
City's inspector & project engineer, shall have one formal meeting (door-to-door project
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
Add the following new section:
1-08.0 Preftinar Matters
(May 25, 2006 APWA GSP)
1-08.0 f 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
break. If the Contractor desires different than the normal working hours stated
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-37 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
(May 30 2019 APWA GSP, OPTION 8
Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify.. ".
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-38 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-08.3 Progress Schedule
1-08.3(2)A Type A Progress Schedule
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-39 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
that period, the Contractor shall be deemed as having accepted the statement as
correct. 1f 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 working
day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
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. Progerly owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 30 working days or by October 31, 2021.
1-08.9 Liquidated Damages
(September 8, 2020 WSDOT GSP, OPTION 3)
Section 1-08.9 is supplemented with the following:
Liquidated damages in the amount of $550 per working day will be assessed for failure
to physically complete the Contract within the physical completion time specified.
1-09 MEASUREMENT AND PAYMENT
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-40 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-41 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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:
1. 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,
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-42 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-43 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 Farm The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks - At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
access and personnel parking spaces, and other general operations shall be the
responsibility of the Contractor. The Contactor will be responsible for maintaining these
spaces in a safe and orderly condition throughout the duration of the project. The
Contractor shall provide the City with a copy of agreement(s) with property owner. All
costs associated with securing sites shall be included in the other bid items on the
project and no other compensation will be made.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-44 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
1-09.11(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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-45 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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 A enc 's headquarters is locatedprovided that where claims subject
to arbitration are asserted against a county, RCW 36.01.050 shall control venue
and murisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
1-10 TEMPORARY TRAFFIC CONTRDL
1-10.1 General
1-10.1(2) ❑escription
(April 12, 2018 CFW GSP)
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
1-10.21 General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-46 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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.
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 INSDOT GSP, OPTION 1)
Section 1-10.3 is supplemented with the following:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-47 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Contractor Provided Uniformed Police Officers
The Contractor shall provide, direct, and monitor Uniformed Police Officers having
jurisdiction to control traffic in accordance with the Plans. A uniformed police officer
(UPO) is a sworn police officer from a local law enforcement agency or a Washington
State Patrol officer. The UPO shall provide traffic control as shown
The following contact information for potential service providers is supplied for the
Contractor's convenience:
Off -Duty Officer Resource fist
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.
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 i Lump Sum Bid for Project No Unit Items
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control", lump sum.
The provisions of Section 1-10.4(1) shall apply.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-48 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1-10.4 2 Contractor Provided Uniformed Police Officer
(June 12, 2020 CFW GSP)
Section 1-10.4(2) is supplemented with the following:
"Contractor Provided Uniformed Police Officer" will be measured by force
account.
(June 12, 2020 CFW GSP)
Section 1-10.4(2)3 is supplemented with the following:
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 Pavrnent
1-10.50 Item Bids with Lump Sum for incidentals
Section 1-10.5(2) is supplemented with the following:
(June 12,2020 WSDOT GSP, OPTION 5)
"Contractor Provided Uniformed Police Officer", by Force Account.
The City shall reimburse the Contractor for the use of off -duty uniformed police
officers at the invoiced costs, with no mark-up, per Standard Specification 1-09.6
Force Account and per Special Provision 1-10.3.
END OF DIVISION 1
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-49 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 2
EARTHWORK
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Requirements
2-01.301 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:
"Roadside Clean u ", will be measured by force account.
2-01.5 Payment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Roadside Cleanu "force account.
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.
2-93 ROADWAY EXCAVATION AND EMBANKMEN
2-03.2 Pavement Removal
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-50 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where
appropriate.
The removed pavement shall become the property of the Contractor and shall be
removed from the project. Damage caused to portions of the pavement to remain, due to
the Contractor's operation, shall be repaired by the Contractor at the Contractor's
expense and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will
be made.
2-03.3 Construction Requirements
Section 2-03.300) Selected Material
(April 12, 2018 CFW GSP)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the
project shall meet the requirements of specified in Section 9-03.14(3) for
Common Borrow.
Section 2-03.3 14 G Backfillin
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or
provide import Gravel Borrow as required to complete the work. Backfill all
embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments,
Method C.
Section 2-03.3 14 N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each
section shall be sufficiently small so that the removal of soil and placement of
backfill can be accomplished on the same day. No soil shall be left un-
compacted and exposed to water. Soil that is too wet for compaction shall be
removed and replaced with Gravel Borrow material. Grading and earthwork
should not be accomplished during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-51 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Roadway Excavation Incl. Haul will be measured by cubic yard.
2-03.5 Pa ment
(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.
(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.
END OF DIVISION 2
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-52 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.4(1) Acquisition and Development
(April 12, 2018 CFW GSP)
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material provided by the Contractor necessitates hauling over
roads other than City streets, the Contractor shall, at his own cost and expense,
make all arrangements for the use of haul routes.
END OF DIVISION 3
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-53 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 4
BASES
I a L'tIyL'L�
4-04.3 Construction Requirements
4-04 3(3) Mixing
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will
not be allowed.
4-04,3(4) Placing and Spreading
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will
not be allowed.
4-04.5 Payment
(April 12, 2018 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing shall also include compacting,
and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-54 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 [JOT 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 2021 PAVEMENT REPAIR PROJECT
SP-55 PROJECT #11212
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.
5-04.20) Haw 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).
5-04.2i11A Vacant
5-04.2(2) Mix Design — Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA
in the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor
shall provide one of the following mix design verification certifications for Contracting
Agency review;
The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accredita-tion Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-56 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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)6 Using 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 Reau i rements
5-04.30) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st
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 Pain
Compacted Thickness (Feet) Wearing Course Other Courses
Less than 0.10 1 55�F I 45-F
0.10 to .20 1 45-F I35-F
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-57 PROJECT #11212
reli9r, NG►��7iPl�9C�P►l�y�/�:
More than 0.20 1 35-F 35-F
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving
the intersection or paving across the intersection. During such time, and provided that
there has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of
the pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall
also be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-
23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3 3 A Mixinq Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of
asphalt binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall
also be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric
instrument placed at the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates. This device shall be in full
view of the plant operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
it be below the minimum temperature required to maintain the asphalt binder in a
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-58 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
homogeneous state. The asphalt binder shall be heated in a manner that will
avoid local variations in heating. The heating method shall provide a continuous
supply of asphalt binder to the mixer at a uniform average temperature with no
individual variations exceeding 25°F. Also, when a WMA additive is included in
the asphalt binder, the temperature of the asphalt binder shall not exceed the
maximum recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the
crushing and screening operation. The Contractor shall provide for the setup and
operation of the field testing facilities of the Contracting Agency as provided for in
Section 3-01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle
without entering the hauling vehicle.
5-04.3 3& 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 450F 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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-59 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the
Engineer, further improvement to the line, grade, cross-section, and smoothness can
best be achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the
continued approval of the Engineer. A joint matcher may be used subject to the approval
of the Engineer. The reference line may be removed after the completion of the first
course of HMA when approved by the Engineer. Whenever the Engineer determines that
any of these methods are failing to provide the necessary vertical control, the reference
lines will be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may
suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled
on the pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer Device/Vehicle (MTDN) shall only be used with the Engineer's
approval, unless other -wise required by the contract.
Where an MTDN is required by the contract, the Engineer may approve paving without
an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTDN shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length of
the windrow may be limited in urban areas or through intersections, at the discretion of
the Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-60 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
3. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3(3)E Rollers
Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Engineer
for any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer's recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance
with the requirements of Section 5-04.3(10). The use of equipment that results in
crushing of the aggregate will not be permitted. Rollers producing pickup, washboard,
uneven compaction of the surface, displacement of the mixture or other undesirable
results shall not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to
avoid bridging across preleveled areas by the compaction equipment. Equipment used
for the compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All
pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement
grindings, and other foreign matter. All holes and small depressions shall be filled with
an appropriate class of HMA. The surface of the patched area shall be leveled and
compacted thoroughly. Prior to the application of tack coat, or paving, the condition of
the surface shall be approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots
at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-61 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If
the Contractor's operation damages the tack coat it shall be repaired prior to placement
of the HMA.
The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h
emulsified asphalt may be diluted once with water at a rate not to exceed one part water
to one part emulsified asphalt. The tack coat shall have sufficient temperature such that
it may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealin
5-04.3(4)A9 General
When the Proposal includes a pay item for crack sealing, seal all cracks'/a 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'/a inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer's
recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer's recommended heating time and temperatures, allowable storage time
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-62 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
and temperatures after initial heating, allowable reheating criteria, and application
temperature range. Confine hot poured sealant material within the crack. Clean any
overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the
Contractor's method of sealing the cracks with hot poured sealant results in an
excessive amount of material on the pavement surface, stop and correct the operation to
eliminate the excess material.
5-04.3 4 A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3 4 A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks'/a inch to 1 inch in width - fill with hot poured sealant.
B. Cracks greater than 1 inch in width — fill with sand slurry.
5-04.3f41B Vacant
5-04.3 4 C Pavement Re air
The Contractor shall excavate pavement repair areas and shall backfill these with HMA
in accordance with the details shown in the Plans and as marked in the field. The
Contractor shall conduct the excavation operations in a manner that will protect the
pavement that is to remain. Pavement not designated to be removed that is damaged as
a result of the Contractor's operations shall be repaired by the Contractor to the
satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall
excavate only within one lane at a time unless approved otherwise by the Engineer. The
Contractor shall not excavate more area than can be completely finished during the
same shift, unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a
depth of 1.0 feet. The Engineer will make the final determination of the excavation depth
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become the
property of the Contractor and shall be disposed of in a Contractor -provided site off the
Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a
mechanical tamper or a roller.
5-04.3 5 Prod ucin /Stack ifing kggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-63 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
being moved to the HMA plant for processing into the final mixture. Different aggregate
sizes shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.3 6] Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti -
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 250F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these
problems, the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with
approval of the Engineer, but in no event shall the HMA be held for more than 24 hours.
HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be
disposed of by the Contractor at no expense to the Contracting Agency. The storage
facility shall have an accessible device located at the top of the cone or about the third
point. The device shall indicate the amount of material in storage. No HMA shall be
accepted from the storage facility when the HMA in storage is below the top of the cone
of the storage facility, except as the storage facility is being emptied at the end of the
working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there
is evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into
the mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3 T Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used
to distribute the mixture. Unless otherwise directed by the Engineer, the nominal
compacted depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
HMA Class 3/4' and HMA Class'/2"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class %" 0.15 feet
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-64 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.3($) Ag-gregate 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(5) 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 (LSLj required 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 I N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent Non -Statistical Commercial Evaluation
Passing Evaluation
J 1 ", 3/4", 1/2". and 3/8" sieves +/- 6% +/- 8%
J No. 4 sieve +/-6% +/- 8%
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-65 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01E
No. 8 Sieve +/- 6% +/-8%
No. 200 sieve +/- 2.0% +/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 11/2", 1 ", 3W, 1/2", W, and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix
design for the asphalt binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3(9)B Vacant
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 Ci Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-66 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
for each class of HMA placed on a project. If used in a structural application, at least one
of the three samples shall to be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the dis-cretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. In
all cases, a minimum of 3 samples will be obtained at the point of acceptance, a
minimum of one of the three samples will be tested for conformance to the JMF:
If the test results are found to be within specification requirements, additional
testing will be at the Engineer's discretion.
If test results are found not to be within specification requirements, additional
testing of the remaining samples to determine a Composite Pay Factor (CPF)
shall be performed.
5-04.3[9]C3 Mixture Nonstatiistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If
tested, compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatisticai 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 i
111,
All aggregate passing: 1 Yz", 1 ", 3/4":1/2", W and 2
No.4 sieves
All aggregate passing No. 8 sieve 15
All aggregate passing No. 200 sieve 20
Asphalt binder 40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toler-ance limits of the job mix formula shall be accepted at the unit
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-67 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
samples of the existing sublots or samples from the Roadway shall be tested to provide
a minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04 3[9]C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The
NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The
total job mix compliance price adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor
shall submit a written request within 7 calendar days after the specific test results have
been received. A split of the original acceptance sample will be retested. The split of the
sample will not be tested with the same tester that ran the original acceptance test. The
sample will be tested for a complete gradation analysis, asphalt binder content, and, at
the option of the agency, Va. The results of the retest will be used for the acceptance of
the HMA in place of the original sublot sample test results. The cost of testing will be
deducted from any monies due or that may come due the Contractor under the Contract
at the rate of $500 per sample.
5-04.3 (9)D Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the
lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate
CPF. The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be
determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by
60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product
of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of
mix.
If a constituent is not measured in accordance with these Specifications, its individual
pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3 10 HMA Compaction Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-68 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density).
The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The
specified level of density attained will be determined by the evaluation of the density of
the pavement. The density of the pavement shall be determined in accordance with
WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of
the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using
cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by
the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core" the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming to the Specifications can
be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a
CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may
request that a core be used for determination of the relative density of the sublot. The
relative density of the core will replace the relative density determined by the nuclear
density gauge for the sublot and will be used for calculation of the CPF and acceptance
of HMA compaction lot.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-69 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring
will be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the
traffic control.
5-04.3(10)A HMA Compaction — General Compaction Reg uirements
Compaction shall take place when the mixture is in the proper condition so that no
undue displacement, cracking, or shoving occurs. Areas inaccessible to large
compaction equipment shall be compacted by other mechanical means. Any HMA that
becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in
any way defective, shall be removed and replaced with new hot mix that shall be
immediately compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence
shall generally be the Contractor's option, provided the specified densities are attained.
Unless the Engineer has approved otherwise, rollers shall only be operated in the static
mode when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.3(10)B HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the
theoretical maximum density.
5-04.3(10)C Vacant
5-04.3(10)D HMA Nonstatisticai. Compaction
5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Suhfots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-70 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the Specifications can be
produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation
of the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used on all subsequent
paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation —_Acceptance Testing
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3 10 03 HMA Nonstatisticall Compaction — Price Admustments
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.
5-04.301) Reject 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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-71 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
5-04.301)6 Resection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and
replace it with new material. Any such new material will be sampled, tested, and
evaluated for acceptance.
5-04.301)C Resection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials
unless the Contractor requests that the rejected material be tested. If the Contractor
elects to have the rejected material tested, a minimum of three representative samples
will be obtained and tested. Acceptance of rejected material will be based on
conformance with the nonstatistical acceptance Specification. If the CPF for the rejected
material is less than 0.75, no payment will be made for the rejected material; in addition,
the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater
than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting
Agency. If the material is rejected before placement and the CPF is greater than or equal
to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection
occurs after placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at the calculated CPF with an addition of 25 percent of the
unit Contract price added for the cost of removal and disposal.
5-04.301)D Resection -A Partial Sublet
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 IE Resection -An Entire Sublet
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 Refection -A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below
0.95 and the Contractor is taking no corrective action, or
3. When either the PR for any constituent or the CPF of a lot in progress is less
than 0.75.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-72 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
5-04.3[11)G Reiection - An Entire Lot (Mixture or Compaction
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.312) Joints
5-04.3(12)A HMA Joints
5-04.3 12 Al Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing
course is a continuous operation or as close to continuous as possible. Unscheduled
transverse joints will be allowed and the roller may pass over the unprotected end of the
freshly laid mixture only when the placement of the course must be discontinued for
such a length of time that the mixture will cool below compaction temperature. When the
Work is resumed, the previously compacted mixture shall be cut back to produce a.
slightly beveled edge for the full thickness of the course.
A temporary wedge of HMA constructed on a 20H:1 V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the
temporary wedge shall be separated from the permanent HMA by strips of heavy
wrapping paper or other methods approved by the Engineer. The wrapping paper shall
be removed and the joint trimmed to a slightly beveled edge for the full thickness of the
course prior to resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut.
Rollers or tamping irons shall be used to seal the joint.
5-04.3 12 A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately
below by not more than 6 inches nor less than 2 inches. All longitudinal joints
constructed in the wearing course shall be located at a lane line or an edge line of the
Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in
the wearing surface of new HMA unless otherwise approved by the Engineer. The
notched wedge joint shall have a vertical edge of not less than the maximum aggregate
size or more than 'h of the compacted lift thickness and then taper down on a slope not
steeper than 4H:1 V. The sloped portion of the HMA notched wedge joint shall be
uniformly compacted.
5-04.3(12)B Bridge Pavinq Joint Seals
5.04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints
within the bridge deck when and where shown in the Plans. Establish the sawcut
alignment points in a manner that they remain functional for use in aligning the sawcut
after placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application
procedure.
Construct the bridge paving joint seal as specified ion the Plans and in accordance with
the detail shown in the Standard Plans. Construct the sawcut in accordance with the
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-73 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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)82 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
5-04.303) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the
wearing course shall not vary more than % inch from the lower edge of a 10-foot
straightedge placed on the surface parallel to the centerline. The transverse slope of the
completed surface of the wearing course shall vary not more than'/4 inch in 10 feet from
the rate of transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high
place in the HMA, the pavement surface shall be corrected by one of the
following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor
the sum of $500.00 for each and every section of single traffic lane 100 feet in length in
which any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre -Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
5-04.304) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on
planning submittals.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-74 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA
overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do
not use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the
Contractor's planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter -mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide
a minimum of 4 inches of curb reveal after placement and compaction of the final
wearing course. The dimensions of the wedge must be as shown on the Drawings or as
specified by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the
existing adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by
the Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional
depth planing, the Contractor must conduct a hidden metal in pavement detection survey
as specified in Section 5-04.3(14)A.
5-04.304]A Pre -Planing Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required
by the Engineer, the Contractor must conduct a physical survey of existing pavement to
be planed with equipment that can iden-tify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre -planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-75 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
5-04.3 14 B Paving and Planing Under Traffic
5-04.314)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in
Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
Intersections:
a. Keep intersections open to traffic at all times, except when paving or
planing operations through an intersection requires closure. Such closure must
be kept to the minimum time required to place and compact the HMA mixture, or
plane as appropriate. For paving, schedule such closure to individual lanes or
portions thereof that allows the traffic volumes and schedule of traffic volumes
required in the approved traffic control plan. Schedule work so that adjacent
intersections are not impacted at the same time and comply with the traffic
control restrictions required by the Traffic Engineer. Each individual intersection
closure or partial closure, must be addressed in the traffic control plan, which
must be submitted to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an
intersection, consider scheduling and sequencing such work into quarters of the
intersection, or half or more of an intersection with side street detours. Be
prepared to sequence the work to individual lanes or portions thereof.
C. Should closure of the intersection in its entirety be necessary, and no
trolley service is impacted, keep such closure to the minimum time required to
place and compact the HMA mixture, plane, remove asphalt, tack coat, and as
needed.
d. Any work in an intersection requires advance warning in both signage and
a number of Working Days advance notice as determined by the Engineer, to
alert traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before
any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until
approval has been obtained from the Engineer.
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,
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-76 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at
the briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are
proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the se-quencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of
temporary pavement markings and channelizing devices after each day's
planing, and paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and
staging areas, including return routes. Describe the complete round trip as it
relates to the sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of
paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3 14 B3 Pre -Pavia and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day's operations as they
relate to other entities and to public safety and convenience, including driveway and
business access, garbage truck operations, Metro transit operations and working around
energized overhead wires, school and nursing home and hospital and other accesses,
other contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day's
operations, must meet with the Engineer and discuss the proposed operation as it
relates to the submitted planing plan and paving plan, approved traffic control plan, and
public convenience and safety. Such discussion includes, but is not limited to:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-77 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control
and signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing
operations, as applicable, as it relates to traffic control, to public convenience
and safety, and to other con -tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other
entities and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
In. 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 Seallinci Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where
staked by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.301 ) Temporary Asphalt Pavement
(April 12, 2018 CFW GSP)
Section 5-04.3(17) is a new section:
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-78 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps
for property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any
areas of temporary pavement to be removed and replaced shall be approved by
the Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench restoration within the traveled way. Whether temporary or permanent,
saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-
inch pavement depth or match existing, whichever is greater. Also, fill voids
created by the removal of existing traffic islands and curbing, paving over
excavated roadway to temporary access to adjacent properties, and ramps for
property access during concrete approach construction.
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for
temporary paving outside the traveled way. The cold mix shall be approved by
the Engineer and placed in a 2-inch minimum thickness. Placement of temporary
pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to
be removed and replaced require prior approval by the Engineer. This work shall
include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement.
5-04.4 Measurement
HMA Cl. PG HMA for Cl. PG , and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2, with no deduction being
made for the weight of asphalt binder, mineral filler, or any other component 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.
Crack Sealing will be measured by force account.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the
Proposal:
"HMA for Pavement Repair Cl. PG ", per ton.
The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. PG
and "Commercial HMA" shall be full compensation for all costs, including anti -
stripping additive, incurred to carry out the requirements of Section 5-04 except for those
costs included in other items which are included in this Subsection and which are
included in the Proposal.
"Crack Sealing", by force account.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-79 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
END OF DIVISION 5
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-80 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01.3 Construction Re uirements
8.011.30) 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
shown in the Plans or as instructed by the Engineer.
8-01.30 A Submittals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department
of Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall
prepare review and modify the SWPPP as necessary to be consistent with the
actual work schedule, sequencing, and construction methods that will be used on
the project. The Contractor's SWPPP shall meet the requirements of the general
permit. The Contractor's modifications to the SWPPP shall also incorporate the
content and requirements for the Spill Prevention, Control and Countermeasures
(SPCC) Plan in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMP. The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the
requirements of the current edition of the WSDOT Temporary Erosion and
Sediment Control Manual M 3109 and be adapted as needed throughout
construction based on site inspections and discharge samples to maintain
compliance with the CSWGP. The Contractor shall develop a schedule for
implementation of the SWPPP work and incorporate it into the Contractor's
progress schedule.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-81 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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:
hftp://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor
shall provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures/revisions
including additional source control, BMP maintenance, and/or additional
stormwater treatment BMPs that are necessary to prevent continued
exceedance of turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8-09 RAISED PAVEMENT MARKER
8-09.1 Description
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-82 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
(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.
PAVEMENJ MARKING
8-22.1 Description
(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.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-83 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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.
8-22.30 Markina Application
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 fi 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:
Removal of all pavement markings will not be measured.
Removal of Raised Pavement Markers will not be measured.
8-22.5 Payment
(April 12, 2018 CFW GSP)
Section 8-22.5 is modified as follows:
"Temporary Pavement Marking", incidental to pavement markings.
END OF DIVISION 8
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-84 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
DIVISION 9
MATERIALS
9-03.12 Gravel Backfill
9-03.12(6) Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14(3) Common Barrow
(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 1/a-
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 2021 PAVEMENT REPAIR PROJECT
SP-85 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
SECTION 9-21 RAISED PAVEMENT MARKERS (RPM)
9-21.20) Physical Properties
(March 13, 2012 CFW GSP)
Section 9-21.2(1) is supplemented with the following:
Type 2 raised pavement markers shall NOT be ceramic.
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3 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 "Utah Blend" with a Methacrylate compatible
coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Bonded Core Elements
Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per
ASTM 2176.
The bonded core reflective elements shall contain either clear or yellow tinted
microcrystalline ceramic beads bonded to the opacified core. These elements shall not
be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when
tested using the liquid oil immersion method. All "wet performing" microcrystalline
ceramic beads bonded to the core shall have a minimum index of refraction of 2.30
when tested using the liquid oil immersion method.
There are two gradations for the bonded core elements, standard size and "S" series.
"S" series is a slightly finer gradation of elements compared to standard.
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-86 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
Element Gradations
Mass Percent Passing (ASTM D1214
US Mesh
Micron
Standard Elements
"S" Series
12
1700
80-100
85-100
14
1410
45-80
70-96
16
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).
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-87 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
Dr ASTM E1710 700 500
_Wet recover ASTM E2177) 375 280
Wet continuous ASTM E2176 150 125
Standard Plans
(January 13, 2021 WSDOT)
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
C-1
DELETED
C-8b
DELETED
C-8e
DELETED
C-8f
DELETED
C-16a
DELETED
C-20.11
DELETED
C-20.19
DELETED
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-88 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
C-40.16
DELETED
C-40.18
DELETED
C-80.50
DELETED
C-85.14
DELETED
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
H-70.30
DELETED
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
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-89 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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-30.35-00....... 10/12/07
A-60.10-03........
12/23/14
A-10.20-00...... 10/5/07
A-40.00-00......... 8/11 /09
A-60.20-03... ......12/23/14
A-10.30-00...... 10/5/07
A-40.10-04......... 7/31 /19
A-60.30-01..... .....
6/28/18
A-20.10-00...... 8/31 /07
A-40.15-00......... 8/11 /09
A-60.40-00..........
8/31 /07
A-30.10-00......
11 /8/07
A-40.20-04......... 1 /18/17
A-30.30-01......
6/16/11
A-40.50-02......... 12/23/14
B-5.20-03........
9/9/20
B-30.50-03.........
2/27/18
B-75.20-02..........
2/27/18
B-5.40-02.........
1 /26/17
B-30.60-00.......
9/9/20
B-75.50-01......
....6/10/08
B-5:60-02.........
1 /26/17
B-30-70-04....
..2/27/18
B-75.60-00.......
..... 6/8/06
B-10.20-02........
3/2/18
B-30.80-01...
......2/27/18
B-80.20-00......
...6/8/06
B-10.40-01........
1 /26/17
B-30.90-02...
.....1 /26/17
B-80.40-00.........
6/1 /06
B-10.70-01......9/9/20
B-35.20-00..........
6/8/06
B-85.10-01.........
6/10/08
B-15.20-01.....
... 2/7/12
B-35.40-00..........
6/8/06
B-85.20-00..........
6/1/06
B-15.40-01........
2/7/12
B-40.20-00..........
6/1 /06
B-85.30-00..........
6/1 /06
B-15.60-02........
1 /26/17
B-40.40-02........
1 /26/17
B-85.40-00..........
6/8/06
B-20.20-02.......
3/16/12
B-45.20-01..........
7/11 /17
B-85.50-01.........
6/10/08
B-20.40-04.......
2/27/18
B-45.40-01..........
7/21 /17
B-90.10-00..........
6/8/06
B-20.60-03.......
3/15/12
B-50.20-00..........
6/1 /06
B-90.20-00......
....6/8/06
B-25.20-02....
.... 2/27/18
B-55.20-02..........
2/27/18
B-90.30-00..........
6/8/06
B-25.60-02......... 2/27/18
B-60.20-02.....
..... 9/9/20
B-90.40-01.... ......
1 /26/17
B-30.05-00......
9/9/20
B-60.40-01..........
2/27/18
B-90.50-00......
....6/8/06
B-30.10-03.........
2/27/18
B-65.20-01..........
4/26/12
B-95.20-01..........
2/3/09
B-30.15-00........
2/27/18
B-65.40-00..........
6/1 /06
B-95.40-01..........
6/28/18
B-30.20-04....
..... 2/27/18
B-70.20-00..........
6/1 /06
B-30.30-03.........
2/27/18
B-70.60-01..........
1 /26/17
B-30.40-03..........
2/27/18
C-1....................9/9/20
C-20.42-05.......... 7/14/15
C-70.10-02........
9/16/20
C-1 b...................9/9/20
C-20.45.02............
8/12/19
C-75.10-02........
9/16/20
C-1 d................
10/31 /03
C-22.16-07........ 9/16/20
C-75.20-02........
9/16/20
C-2c..................8/12/19
C-22.40-08........ 9/16/20
C-75.30-02........
9/16/20
C-4f...................8/12/19
C-22.45-05........ 9/16/20
C-80.10-02........
9/16/20
C-6a................10/14/09
C-23.60-04........ 7/21 /17
C-80.20-01........
6/11 /14
C-7.....................6/16/11
C.24.10-02......... 8/12/19
C-80.30-01........
6/11 /14
C-7a...................6/16/11
C-25.20-06........ 7/14/15
C-80.40-01........
6/11/14
C-8.....................2/10/09
C-25.22-05........ 7/14/15
C-85.10-00........
4/8/12
C-8a...................7/25/97
C-25.26-04........ 8/12/19
C-85.1 1 -01 ........
9/16/20
C-20.10-06.........
9/16/20
C-25.30-00.....
..6/28/18
C-85.15-01........
6/30/14
C-20.14-04..........
8/12/19
C-25.80-05........ 8/12/19
C-85.16-01........
6/17/14
C-20.15-02..........
6/11 /14
C-60.10-01...
....9/24/20
C-85-18-01........ 6/11 /14
C-20.18-03..........
8/12/19
C-60.20-00......
9/24/20
C-85.20-01........
6/11 /14
C-20.40-07..........
8/12/19
C-60.30-00.......
9/24/20
C-20.41-02..........
8/12/19
C-60.70-00.......
9/24/20
D-2.04-00........ 11 /10/05
D-2.06-01........ 1 /6/09
D-2.08-00........11 /10/05
D-2.80-00.... ....11 /10/05
D-2.84-00........ 11 /10/05
D-2.88-00........ 11 /10/05
D-6................... 6/ 19/98
D-10.10-01......12/2/08
D-10.15-01...... 12/2/08
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-90 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
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
D-2.92-00....
.... 11 /10/05
D-3.09-00........
5/17/ 12
D-3.10-01......
5/29/13
D-3.11-03......
6/11 /14
D-3.15-02......
6/10/13
D-3.16-02......
5/29/ 13
D-3.17-02......
5/9/16
D-4.................
12/11 /98
E-4....................8/27/03
E-4a..................8/27/03
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-10.12-04....
-.9/24/20
F-10.62-02........
4/22/14
F-40.15-04
........ 9/25/20
F-10.16-00.......12/20/06
F-10.64-03........
4/22/14
F-40.16-03...
..... 6/29/16
F-10.18-02.........
9/24/20
F-30.10-04........
9/25/20
F-45.10-02...
..... 7/15/16
F-10.40-04...........
9/24/20
F-40.12-03....
.... 6/29/16
F-80.10-04
........ 7/15/16
F-10.42-00.........
1/23/07
F-40.14-03.....
... 6/29/16
G-10.10-00........ 9/20/07
G-20.10-02........ 6/23/15
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-12.15-00
....... 6/28/18
CITY OF FEDERAL WAY
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-60.10-01......... 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
G-95.10-02........ 6/28/18
G-95.20-03........ 6/28/18
G-95.30-03........ 6/28/18
H-70.1 0-01 ...... 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
2021 PAVEMENT REPAIR PROJECT
SP-91 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.01 B
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
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
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
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......
9/25/20
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
J-90.20-03....... 6/28/ 18
J-90.21-02...... 6/28/18
J-90.50-00...... 6/28/18
L-70.10-01
L-70.20-01
M-40.20-00.
M-40.30-01.
M-40.40-00.
M-40.50-00.
M-40.60-00.
M-60.10-01.
M-60.20-02.
M-65.10-02.
M-80.10-01.
M-80.20-00.
M-80.30-00.
5/21 /08
5/21 /08
10/12/07
... 7/11 /17
...9/20/07
...9/20/07
...9/20/07
...6/3/11
...6/27/11
... 5/11 /11
...6/3/11
...6/10/08
...6/10/08
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-92 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
M-9.60-00........ 2/10/09 M-40.10-03...... 6/24/14
END DIVISION 9
CITY OF FEDERAL WAY 2021 PAVEMENT REPAIR PROJECT
SP-93 PROJECT #11212
CFW SPECIAL PROVISIONS VER. 2021.018
APPENDIX B
STANDARD PLANS AND DETAILS
NOTES:
1 SIGN TO BE CONSTRUCTED OF 3/4" MARINE GRADE PLYWOOD
2 SIGN TO BE SEALED ON ALL SIDES WITH MARINE GRADE ENAMEL (WHITE)
3 PROVIDE 4"x 4" POSTS, PRESSURE TREATED. SITE CONDITIONS MAY REQUIRE
DIFFERENT POST LENGTHS TO KEEP SIGN A PROPER DISTANCE ABOVE PREVAILING
GRADE TO PERMIT PUBLIC VIEWING
BORDER
(FEDERAL
DERAL WAY DARN BLUE)
a
THEvIfl TY
WHITE TEXT ON
SOLID FEDERAL WAY
LIGHT BLUE
5 1•
1 25 4 -
±—
Y
CITY OF .75LOGE
Federal Vila,"BIACK
IC WORKS DEPARTMENT 835 — _FEUZRAL WAV .. ..
F
\.
\ 2021 PAVEMENT R� P AIR
PROJECT'
-
-
YOU R CITY AT WORK FOR YOU
5"
FUNDED BY: MVFT $150,000.00 PROJECT PARTNERS: _
EST.COMPLETION DATE: OCTOBER 31, 2021 1, OWNER: CITY OF FEDERAL WAY
www. lyoffederalwoy.Cam CONTRACTOR: XYZ CONTRACTORS
} ,
L
I
o -u'
BLALK
su +:
A
, _4
SKIP CENTER LINE (SCL)
I O_'_ _ 15' 15'
TYPE 2YY RPM--\-4" YELLOW
LINE (TYP)
SEE NOTE
6
DOUBLE YELLOW CENTER LINE (DYCL)
4"
4" YELLOW
LINE
a
f� SEE
NOTE
6
0
TYPE 2YY RPM (TYP)-/
WHITE EDGE LINE (WEL)
--4"
WHITE
LINE
YELLOW EDGE LINE (YEL)
40'
j
YELLOW
LINE
�-,--4"
SEE
NOTE
6
TYPE 2Y RPM (TYP)
SEE NOTE 7
DIRECTION OF TRAFFIC
DOTTED EXTENSION LINE (WDEL, YDEL)
'1 2 ' Lf�1 \_4" LINE,
YELLOW OR
WHITE
PER
PLANS. SEE
NOTE 6
GENERAL NOTES:
1. LONGITUDINAL STRIPING ON ARTERIALS SHALL
BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA).
TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE
A. ALL OTHER STRIPING SHALL BE PAINT.
2. ALL STRIPING WITHIN INTERSECTIONS SHALL
BE PLASTIC TYPE A OR D.
3. ALL RPM'S SHALL BE LOCATED TO PROVIDE
4 INCHES BETWEEN STRIPING AND RPM'S.
4. TYPE 2 RPM'S SHALL BE USED ON ALL
ARTERIALS AND COLLECTORS, IF STRIPED
5. WHERE TYPE C CURB IS USED IN PLACE OF
STRIPING, USE RPM PATTERN APPLICABLE TO THE
STRIPING BEING REPLACED.
SPECIFIC NOTES:
6. IF MMA IS USED, MMA SHALL BE PROFILED.
7. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2YR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
8. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2WR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
LEGEND:
<11 MONO —DIRECTIONAL RPM TYPE 2
BI—DIRECTIONAL RPM TYPE 2
2014
�amw PUBLIC DWG. NO.
MOMWCW WORKS RAISED PAVEMENT MARKERS 1 3-17
WIDE LINE (WL)
NO PASS LINE (NPL)
r 20' 'j 8" WHITE LINE
10' 1 1 '
/_SEE NOTE 6
0 4
J �
TYPE 2W RPM
TYPE 2YY RP in 4" YELLOW LINE
� SEE NOTE 6
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC
TYPE 2Y RPM
DIRECTION PASSING IS PROHIBITED
DOTTED WIDE LINE (DWL)
24
L---6
�' 2' 1 �8" WHITE LINE
TYPE 2W RPM SEE NOTE 2
SEE NOTE 8 DIRECTION OF TRAFFIC
REVERSIBLE LANE LINE
4" YELLOW LINE
10' 15' _i 15' I `SEE NOTE 6
0 Imo„
TYPE 2YY RPM5 —/<,> ��
LANE LINE (LL)
TWO—WAY LEFT TURN LINE (TWLTL)
10' 1 15'
1
TYPE 2W RPM \_4" WHITE LINE (TYP)
15' 15'
j_5'-�-5'��� �
SEE NOTE 8 SEE NOTE 6
<> TYPE 2YY RPMS 4" YELLOW LINE
SEE NOTE 6
DIRECTION OF TRAFFIC
DIRECTION OF THRU TRAFFIC
DROP LANE LINE (DLL) DIRECTION OF TRAFFIC
—1
BARRIER LINE (BL)
,--20'�, 20" YELLOW LINE
�F7 'A Il,= AM�
TYPE 2W RPM'S �8" WHITE LINE
SEE NOTE 8 SEE NOTE 6
0 SEE NOTE 6
TYPE 2YY RPMS
0 REV Nov zal+
PUBLIC DWG. NO.
WORKS RAISED PAVEMENT MARKERS 3-18
Lane width
Pavement markings may be measurement point
curved here as shown to
allow for continuous painting Double yellow
by the striping machine. center stripe
When RPM's required 4
by contract, use
Type 2YY, see Note 5 a
Deceleration taper p o Type 2YY RPMs
10, O.C.
® ® /� '1
® ® m Double yellow center stripe
E 4DETAIL B
® 40' RPM ®_
20 IRRNA
sin spacing
Cei. iap �
- For
30'
® ® See Detail C
M
C
Left turn
Two way left turn termination radius
at tee intersection or where
W = Approaching through lane left turns are not permitted
® ® Double yellow ® W = Departing Lane and two way left turn is not
center stripe T = Width of left turn lane continued beyond intersection.
40' RPM spacing t a on approach side of
0 T= Width of left turn lane END TWO-WAY LEFT TURN LANE
on departure side of
DETAIL A W = Total width of channelization
(W +W +T +T)
Rev. NOV 20141
PUBLIC DWG. NO.
SMO WEY WORKS RAISED PAVEMENT MARKERS 3-19
Centerline Crosswalk Stripe
Crosswalk (TYP•) Lane Line
Centerline
Roadway
0
Centerline
Curb Romp
4 5' - 7' g'I I ice„
(Typ.)
f-18" STOP LINE
CROSSWALK STRIPE DETAIL
TRAFFIC ARROWS TYPE 1 S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40
"SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50
PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50
Rev. NOV 2.1A
Cc�"="' PUBLIC DWG. NO.
, �I(BMI] My WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21
0
U �
m_
0
GRID IS 4" (IN) SQUARE MARKING AREA = 141 SO FT
ACCESS PARKING SPACE SYMBOL
(MINIMUM)
4"
_ 3'-Ir
GRID IS 4" (IN) SQUARE MARKING AREA = 3 OB SO FT
ACCESS PARKING SPACE SYMBOL
(STANDARD)
TOTAL MARKING AREA = 28 44 SO FT
WHITE =B76 SO FT BLUE =IB BB SO FT
ACCESS PARKING SPACE SYMBOL (STANDARD)
WITH BLUE BACKGROUND AND WHITE BORDER
(REQUIRED FOR CEMENT CONCRETE SURFACES)
SYMBOL
& LANE
�o
b z�
o
i
MARKING AREA = 12.08 SO -FT.
SPEED BUMP SYMBOL
TOTAL MARKING AREA = 13 44 SO FT
WHITE =462 SO FT BLUE =B62 SO FT
ACCESS PARKING SPACE SYMBOL (MINIMUM)
WITH BLUE BACKGROUND AND WHITE BORDER
(REQUIRED FOR CEMENT CONCRETE SURFACES)
SYMBOL MARKING
A
B
C
D
USE
MARMNG AREA
YIELD AHEAD SYMBOL
TYPE 2
Z-6-113'-(rl
WA
LESS THAN 45 MPH
25 BO SQ.FT
6' - 0'
3' - D'
2D' - 0'
NIA
45 MPH OR GREATER
36 54 SO FT
YIELD LINE SYMBOL
TYPE 1
TYPE 2
TYPE 2I
1' - n'
6"
1' - 6"
6"
LESS THAN 45 MPH
0.75 SOFT,
2' - 0'
1' - 01
V - 0°
P- D'
45 MPH OR GREATER
3.00 SO.FT.
2' " 0'
1' • 0'
1 S - a'
V - Tj
ROUNDABOUT ENTRY *
300 SOFT
r �I
YIELD AHEAD SYMBOL
* MINIMUM OF 4 IN LANE
YIELD LINE SYMBOL
(MULTIPLE SYMBOLS REQUIRED
FOR TRANSVERSE YIELD LINE -
SEE CONTRACT)
WaI,I,Aki�m
I: i.:l e ._ 1un24 21114 -. 37 I'M
SYMBOL MARKINGS
MISCELLANEOUS
STANDARD PLAN M-24.60"04
SHEET 2 OF 2 SHEETS
APPROVED FOR PUBUCATION
��.� tun:+allay+a PA1
m re oFsv� alurml
wmM�. sw. w�lo.mwrm�ywrx�
APPENDIX C
WASHINGTON STATE PREVAILING WAGES AND BENEFIT
CODE .KEY
Page 1 of 21
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 4/27/2021
County
Trade
Job Classification
Wage
Holiday
Overtime
Note *Risk
4C lass
King
Asbestos Abatement
Workers
Journey Level
$52.39
5D
1H
View
King
Boilermakers
Journey Level
$70.79
5N
1C
View
King
Brick Mason
Journey Level
$60.57
7E
1 N
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 Emptoyees
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)
$30.981
5S
2F
View
King
Cabinet Makers lin Shop)
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$64.94
7A
4C
View
King
CarEente_rs
Icarpenter
$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
Cater enters
Floor Layer
$64.94
7A
4C
View
King
Carpenters
Scaffold Erector
$64.94
7A
4C
View
King
Cement Masons
Application of all
Composition Mastic
$64.84
7A
41J
View
King
Cement Masons
.Application of all Epoxy
Material
Application of all Plastic
Material
$64.34
7A
4U
�
View
King
Cement Masons
$64.84
7A
41J
View
King
Cement Masons
Application of Sealing $64.34
Compound 1
7A
41J
f
View
King
Cement Masons
Application of
_UnderLayrhent
$64.84
7A
41J
View
King
Cement Masons
Building General
$64.34i
7A
41J
View
https://secure.lni.wa.gov/wagelookup/ 4/27/2021
Page 2 of 21
King
Cement Masons
Composition or Kalman
Floors
$64.84
7A
41J
View
King
Cement Masons
Concrete Paving
$64.34
7A
41J
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
41J
View
King
Cement Masons
Finish Colored Concrete
$64.84
7A
4U
View
King
Cement Masons
Floor Grinding
$64.84
7A
41J
View
King
Cement Masons
Floor Grinding/Polisher
$64.34
7A
41J
View
King
Cement Masons
Green Concrete Saw, self-
powered
$64.84
7A
41J
View
King
Cement Masons
Grouting of all Plates
$64.34
7A
41J
View
King
Cement Masons
Grouting of all Tilt -up
Panels
$64.34
7A
41J
View
King
Cement Masons
nite Nozzleman
$64.84
7A
4UView
King
(Cement Masons
tndPowered Grinder
$64.84
7A
41J
View
King
Cement Masons
Journey Level
$64.34
7A
41J
View
King
Cement Masons
Patching Concrete
$64.34
7A
41J
View
King
Cement Masons
Pneumatic Power Tools
$64.841
7A
4U
View
King
Cement Masons
Power Chipping Et
Brushing
$64.84
7A
41J
View
King
Cement Masons
Sand Blasting
Architectural Finish
$64.84
7A
4U
View
King
Cement Masons
Screed Et Rodding Machine
$64.84
7A
41J
View
King
Cement Masons
Spackling or Skim Coat
Concrete
$64.34
7A
41J
View
King
Cement Masons
Troweling Machine
Operator
$64.84
7A
4U
View
King
Cement Masons
Troweling Machine
Operator on Colored Slabs
$64.84
7A
41J
View
King
Cement Masons
'Tunnel Workers
$64.84
7A
41J
View
King
Divers Et Tenders
Bell/Vehicle or
Submersible Operator
(Not Under Pressure)
$118.80
7A
4C
View
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
4(
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
Operator/Technician
$69.91
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
'Tender
$65.19
7A
4C
View
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
$70.621
5D I
3F I
View
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 3 of 21
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
1 E
View
King
Electrical Fixture
Maintenance Workers
Journey Level
$31.99
5L
1 E
View
King
Electricians - Inside
Cable Splicer
$92.57
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$99.46
7C
4E
View
King
Electricians - Inside
Certified Welder
$89.44
7C
4E
View
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
113
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
Construction
Groundperson
$49.17
5A
4D
View
King
Electricians - Powerline
Construction
Heavy Line Equipment $75.64
Operator
5A
4D
View
King
Electricians - Powerline
Journey Level Lineperson $75.64
5A
4D
View
Construction
King
Electricians - Powerline
Construction
Line Equipment Operator
$64.54
5A
4D
View
King
Electricians - Powerline
Meter Installer
$49.17
5A
4D
8W
View
Construction
King
Electricians - Powerline
Pole Sprayer
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$56.49
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$53.57
7E
1 E
View
King
Elevator Constructors
Mechanic
$100.51
7D
4A
View
Icing
Elevator Constructors
Mechanic In Charge
$108.53
7D
4A
I View
King
Fabricated Precast
Concrete Products
All Classifications - In-
Factory Work Only
$18.25
5B
1R
View
King
Fence Erectors
Fence Erector
$44.40
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$44.40
7A
4V
8Y
View
King
Fla ers
Journey Level
$44.40
7A
4V
8Y
View
King
Glaziers
Journey Level
$69.26
7L
1Y
View
King
Heat Et Frost Insulators And
Journeyman $79.43
Journey Level $89.61
5.1
4H
View
Asbestos Workers
King
Heating E ui meet
Mechanics
7F
1 E
View
King
Journey Level
$54.01
7A
4V I
8Y
View
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 4 of 21
Hod Carriers li Mason
Tenders
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
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing
Cleaner Operator, Foamer
Operator
$31.49
1
View
Of Sewer it Water S stems
BV Remote Control
King
Inspection/Cleaning/Sealing
Grout Truck Operator
$13.69
1
View
Of Sewer Et Water Systems
By Remote Control
King
Inspection/Cleani_ng/Sealing
Head Operator
$24.91
$19.33
1
View
Of Sewer Ft Water Systems
By Remote Control
King
Ins ectionlCleanin /Sealincl.Technician
1
View
Of Sewer Et Water Systems
By Remote Control
King
Inspection/ Cleanin/Sealin
'Tv Truck Operator
$20.45
1
View
Of Sewer Ft Water Systems
BV Remote Control
King
Insulation Applicators
IJourney Level
$64.94
7A
4C
View
King
Ironworkers
Journeyman
$76.78
7N
10
View
King
Laborers
Air, Gas Or Electric
Vibrating Screed
$52.39
7A
4V
8Y
View
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
!ling
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
Over)
$53.35
7A
4V
8Y
View
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
$53.351
7A
4V
8Y
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 5 of 21
King
Laborers Clean-up Laborer $52.391
7A
4V
8Y
View
King
Laborers Concrete Dumper/Chute $53.35
Operator
7A
4V
8Y
View
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 Driller
$53.35
7A
4V
8Y
View
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 (Intl. Charred
Material)
$52.39
7A
4V
8Y
View
King
Laborers
Ditch Digger
$52.39
7A
4V
8Y
View
King
Laborers
Diver
$54.01
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
Diamond)
$53.35
7A
4V
8Y
View
King
Laborers
Dry Stack Walls
$52.391
7A
4V
8Y
View
King
Laborers
Dump Person
$52.391
7A
4V
8Y
View
King
Laborers
Epoxy Technician
$52.39
7A
4V
8Y
View
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
I View
King
Laborers
Firewatch
$44.401
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 Post Tension
Beams
$53.35
7A
4V
8Y
View
King
Laborers
Guardrail Erector
$52.39
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level A)
$54.01
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level B)
$53.35
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker
(Level C)
$52.39
7A
4V
8Y
View
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
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 6 of 21
King
La'lborers
Nozzleman (Concrete
Pump, Green Cutter When
Using Combination Of High
Pressure Air Et Water On
Concrete Et Rock,
Sandblast, Gunite,
Shotcrete, Water Blaster,
Vacuum Blaster)
$53.35
7A
4V
8Y
View
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
Remote Equipment
Operator
$54.01
7A
4V
8Y
View
King
Laborers
$53.35
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$53.35
7A
4V
8Y
View
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
Chair
$44.40
7A
4V
8Y
View
King
Laborers
Tamper Et Similar Electric,
Air Et Gas Operated Tools
$53.35
7A
4V
8Y
View
King
Laborers
Tamper (Multiple Et Self-
propelled)
$53.35
7A.
4V
8Y
View
King
Laborers
Timber Person - Sewer
(Lagger, Shorer Et Cribber)
$53.35
7A
4V
8Y
View
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
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 7 of 21
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 Worker 0-30 psi
$129.67
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 30.01-44.00 psi
Tunnel Work -Compressed
Air Worker 44.01-54.00 psi,
$134.70
7A
4V
9B
View
King
Laborers
$138.38
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 54.01-60.00 psi
1$144.08
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 60.01-64.00 psi
$146.20
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 64.01-68.00 psi
$151.30
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed $153.20
Air Worker 68.01-70.00 psi
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 70.01-72.00 psi
$155.20
7A
4V
9B
View
King
Laborers
Tunnel Work -Compressed
Air Worker 72.01-74.00 psi
$157.20
7A
4V
9B
View
King
Laborers
Tunnel Work-Guage and
Lock Tender
$54.11
7A
4V
8Y
View
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
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 - Under round
Sewer Et Water
General Laborer Et
Topman
$52.39
7A
4V
8Y
View
King
Laborers - Underground
Pipe Layer
Landscape
Construction / Landscaping
Or Planting Laborers
$53.35
7A
4V
8Y
View
Sewer Et Water
King
Landscape Construction
$40.36
7A
4V
8Y
View
King
Landscape Construction
Landscape Operator
$72.28
7A
3K
8X
View.
King
LandSCa a 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
$13.691
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 8 of 21
King
Modular Buitdins
Plumber
$13.69
1
View
King
Modular BuildiaLs
Production Worker
$13.69
1
View
King
Modular Buildin s
'Tool Maintenance
$13.69
1
View
King
Modular BuildigLs
Utility Person
$13.69
1
View
King
Modu€ar Buitdings
'Welder
$13.69
1 I
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 -
Compressed Air Worker
0-30.00 PSI
$80.76
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
30.01 - 44.00 PSI
$85.76
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
44.01 - 54.00 PSI
$89.76
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
54.01 - 60.00 PSI
$94.76
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
60.01 - 64.00 PSI
$97.26
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
64.01 - 68.00 PSI
$102.26
7A
4C
View
King
Pile Driver
Pile Driver
Hyperbaric Worker -
Compressed Air Worker
68.01 - 70.00 PSI
Hyperbaric Worker -
Compressed Air Worker
70.01 - 72.00 PSI
Hyperbaric Worker -
Compressed Air Worker
72.01 - 74.00 PSI
Journey Level
$104.26
$106.26
7A
4C
View
King
7A
4C
View
King
Pile Driver
$108.26
7A
4C
View
King
Pile Driver
$65.19
7A
4C
View
King
Plasterers
Journey Level $61.67
7�
1R
View
King
Plamound Et Park
Equipment Installers
Journey Level
$13.69
1
View
King
Plumbers Et Pipefitters
Journey Level
$92.19
6Z
1 G
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 Operator
Batch Plant Operator:
concrete
Bobcat
$72.84
7A
3K
8X
View
King
Power Equipment Operators
$69.12
7A
3K
8X
View
King
Power Equipment Operator
Brokk - Remote
Demolition Equipment
$69.12
7A
3K
8X
View
King
Power Eig ujpmtgL Operators
Brooms
$69.12
7A
3K
8X
View
King
Power EquinmtDL0perators
Bump Cutter
$72.84
7A
3K
8X
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 9 of 21
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
Concrete Finish Machine - $69.12
Laser Screed
7A
3K
8X
View
King
Power Equipment Operators
7A
3K
8X
View
King
Power E ui ment Operators
Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Concrete Pump: Truck
Mount With Boom
Attachment Over 42 M
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Conveyors
Cranes friction: 200 tons
and over
$72.28
7A
3K
8X
View
King
Power Equipment Operators
$75.72
7A
3K
8X
View
King
Power Equipment Operators
Cranes: 100 tons through
199 tons, or 150' of boom
(including jib with
attachments)
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Cranes: 20 Tons Through
44 Tons With Attachments
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Cranes: 200 tons- 299
tons, or 250' of boom
including jib with
attachments
$74.99
7A
3K
8X
View
King
Power Equipment Operators
Cranes: 300 tons and over $75.72
or 300' of boom including f
jib with attachments _
Cranes: 45 Tons Through $73.49
99 Tons, Under 150' Of
Boom (including Jib With
Attachments)
7A
3K
8X
View
King
Power Equipment Operators
7A
3K
8X
View
King
Power Equipment Operator
Cranes: A -frame - 10 Tons
And Under
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$74.99
7A
3K
8X
View
King
Power Equipment Operators
Cranes: through 19 tons
with attachments,
A -frame over 10 tons
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Crusher
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Deck Engineer/Deck
Winches (power)
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Derricks, On Building Work
$73.49
7A
3K
8X
View
King
Power E ui meat 0 erators
Dozers D-9 Et Under
Drill Oilers: Auger Type,
Truck Or Crane Mount
$72.28
7A
3K
8X
View
King
Power Equipment Operators
$72.28
7A
3K
8X
View
King
Power E ui ment Operators
Drilling Machine
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$69.12
7A
3K
8X
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 10 of 21
King
Power Equipment Operators
Finishing Machine, Bidwell $72.84
And Gamaco Et Similar
Equipment
7A
3K
8X
View
King
Power Equipment Operators
Forklift: 3000 Lbs And
Over With Attachments
$72.28
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
7A
3K
8X
View
King
Power Equipment Operators
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$72.84
7A
3K
8X
View
King
Power Equipment Operators
G radechecker/ Stake man
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Guardrail Punch $72.84
Hard Tail End Dump $73.49
Articulating Off- Road
Equipment 45 Yards. Et
Over
7A
3K
8X
View
King
Power Equipment Operators
7A
3K
8X
View
King
Power Equipment Operators
Hard Tail End Dump $72.84
Articulating Off -road
Equipment Under 45 Yards,
7A
3K
8X
View
King
Power Equipment Operators
Horizontal/Directional
Drill Locator
$72.28
7A
3K
8X
View
King
Equipment Operators
Horizontal/Directional
Drill Operator
$72.84
7A
3K
8X
View
_Power
King
Power Equipment Operators
Hydralifts/Boom Trucks
Over 10 Tons
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Hydralifts/Boom Trucks,
10 Tons And Under
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Loader, Overhead 8 Yards.
Et Over
$74.22
7A
3K
8X
View
King
Power Equipment Operators_
Loader, Overhead, 6 $73.49
Yards. But Not Including 8
Yards
7A
3K
8X
View
King
Power Equipment Operators
Loaders, Overhead Under $72.84
6 Yards
7A
3K
8X
View
King
Power Equipment Operators
Loaders, Plant Feed $72.84
Loaders: Elevating Type $72.28
Belt
7A
3K
8X
View
King
Power Equipment Operators
7A
3K
8X
View
King
Power Eguipment_O ep rators
Locomotives, All
$72.84
7A
3K
8X
View
King
Power Equipment Operators
,Material Transfer Device
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$72.84
7A
3K
8X
View
King
Power Equipment 0 erators
$74.22
7A
3K
8X
View
King
Power Equipment 0 erators
Motor Patrol Graders
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch
Seeding Operator
$69.12
7A
3K
8X
View
King
Power Equipment Operators
$72.28 7A
3K
8X
View
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page I I of 21
Outside Hoists (Elevators
And Manlifts), Air Tuggers,
Strato
King
Power Equipment Operators
Overhead, Bridge Type $72.84
Crane: 20 Tons Through
44 Tons
7A
3K
8X
View
King
Power Equipment Op erators
Overhead, Bridge Type: $74.22
100 Tons And Over
7A
3K
8X
View
King
Power E ui meet ❑ erators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$73.49
7A
3K
8X
View
King
Power Equipment O-oerators
Pavement Breaker
$69.12
7A
3K
8X
View
King
Power Equipment ❑ erators
Pile Driver (other Than
Crane Mount)
Plant Oiler - Asphalt,
Crusher
$72.84
7A
3K
8X
View
King
Power E ui meat Q erators
$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
Pumps - Water
$69.12
7A
3K
8X
View
King
Power Equipment Operators
$69.12
7A
3K
8X
View
King
Power Equipment O erators
Quad 9, Hd 41, D10 And
Over
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Quick Tower - No Cab,
Under 100 Feet In Height
Based To Boom
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Remote Control Operator
On Rubber Tired Earth
Moving Equipment
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Rigger and Bellman
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Rigger/Signal Person,
Bellman (Certified)
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Rollagon
$73.49
7A
3K
8X
View
King
Power EiQuipment 0 erators
Roller, Other Than Plant
Mix
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi- $72.28
lift Materials _
7A
3K
8X
View
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 45 Yards
$72.84
7A
3K
8X
View
King
Power E ui meat Operators
Scrapers - Concrete Et
Carry All
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled:
45 Yards And Over
$73.49
7A
3K
8X
View
King
Power Equipment O erators
Service Engineers -
Equipment
$72.28
7A
3K
8X
View
King
Power Equipment 0 erators
Shotcrete/Gunite
Equipment
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator,
Backhoe, Tractors Under
15 Metric Tons
$72.28
7A
3K
8X
View
King
Power E ui meet 0 erators
$73.49
7A
3K
8X
View
https://secure.ini.wa.gov/wagelookup/ 4/27/2021
Page 12 of 21
Shovel, Excavator,
Backhoe: Over 30 Metric
Tons To 50 Metric Tons
King
Power Equipment Operators
Shovel, Excavator,
Backhoes, Tractors: 15 To
30 Metric Tons
$72.84
7A
3K
8X
View
King
Power E ui ment Operators
Shovel, Excavator,
Backhoes: Over 50 Metric
Tons To 90 Metric Tons
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Shovel, Excavator,
Backhoes: Over 90 Metric
Tons
$74.99
7A
3K
8X
View
King
Power Equipment Operators
Slipform Pavers
$73.49
7A
3K
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$73.49
7A
3K
8X
View
King
Power E ui ment 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 Operators
Tower Crane Up To 175' In
Height Base To Boom
$74.22
7A
3K
8X
View
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height,
base to boom
$74.99
7A
3K
8X
View
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$75.72
7A
3K
8X
View
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$73.49
7A
3K
8X
View
King
Power E ui meet Operators
Trenching Machines
$72.28
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/driver -
100 Tons And Over
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Truck Crane Oiler/Driver
Under 100 Tons
$72.28
7A
3K
8X
View
King
Power Equipment Operators
'Truck Mount Portable
Conveyor
$72.84
7A
3K
8X
View
King
Power Equipment Operators
Welder
Wheel Tractors, Farman
Type
$73.49
7A
3K
8X
View
King
Power Equipment Operators
$69.12
7A
3K
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$72.84
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Asphalt Plant Operators $73.49
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Assistant Engineer $69.12
_
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Barrier Machine (zipper) $72.84
_
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Batch Plant Operator,
Concrete
$72.84
7A
3K
8X
View
King
Power Equipment
Operators- Under round
Bobcat
$69.12
7A
3K
8X
View
Sewer Et Water
https:Hsecure.ini.wa.gov/wagelookup/ 4/27/2021
Page 13 of 21
King
Power Equipment
Operators- Underground
Sewer Et Water
Brokk - Remote
Demolition Equipment
$69.12 7A
3K 8X
View
King
Power Equipment
Operators- Underground
Brooms
$69.12 7A
3K 8X
3K 8X
j
View
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Bump Cutter
Cableways
Chipper
$72.84 7A
Sewer Et Water
King
Power Equipment
Operators- Underground
$73.49 7A
_
$72.84, 7A
1
1
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
3K
8X View
Sewer Et Water
King
Power Equipment
Operators- Underground
Compressor
$69.12 7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Concrete Finish Machine -
Laser Screed
$69.12
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Concrete Pump - Mounted
Or Trailer High Pressure
Line Pump, Pump High
Pressure
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Concrete Pump: Truck
.Mount With Boom
Attachment Over 42 M
Concrete Pump: Truck
Mount With Boom
Attachment Up To 42m _
Conveyors
$73.49
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Cranes friction: 200 tons
and over
$75.72 7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Cranes: 100 tons through $74.22
199 tons, or 150' of boom
(including jib with
attachments)
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Cranes: 20 Tons Through
44 Tons With Attachments
$72.84
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Cranes: 200 tons- 299
tons, or 250' of boom
including jib with
attachments
$74.99
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Cranes: 300 tons and over
or 300' of boom including
jib with attachments
$75.72
7A
3K
8X
View
Sewer Et Water
King
Power Equipment Cranes: 45 Tons Through
Operators• Underground 99 Tons, Under 150' Of
Sewer Et Water
$73.49
7A
3K
8X
View
https://secure.ini.wa.gov/wagelookup/ 4/27/2021
Page 14 of 21
Boom (including Jib With
Attachments)
King
Power Equipment Cranes: A -frame - 10 Tons
Operators- Underground `And Under
Sewer Et Water
$69.12 7A
$74.99 7A
3K
8X
View
King
Power Equipment
O erators- Underground
Sewer Et Water
'Cranes: Friction cranes
through 199 tons
3K
8X
View
King
Power Equipment
Operators- Underground
Cranes: through 19 tons
with attachments,
A -frame over 10 tons
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Crusher
Deck Engineer/Deck
Winches (power)
$72.84
7A
3K
8X
View
View
Sewer Et Water
King
Power Equipment
Operators- Underground
$72.84
7A
3K
8X
Sewer Et Water
King
Power Equipment
Operators- Underground
Derricks, On Building Work
$73.49
7A
3K 8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Dozers D-9 Et Under $72.28
7A
3K 8X
View
Sewer Et Water
King
Power Equipment Drill Oilers: Auger Type, $72.28
Operators- Underground uTruck Or Crane Mount
Sewer Et Water 1
Power Equipment Drilling Machine $74.22
Operators- Underground
Sewer Et Water
7A
3K
8X
View
King
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Elevator And Man -lift: $69.12
Permanent And Shaft Type
_
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Finishing Machine, Bidwell $72.84
And Gamaco Et Similar
Equipment
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
0 erators- Underground
Forklift: 3000 Lbs And $72.28
Over With Attachments
Forklifts: Under 3000 Lbs. $69.12
With Attachments t
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Undergrou_n_d
Grade Engineer: Using
Blue Prints, Cut Sheets,
Etc
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
G radechecker /Stake man $69.12
_
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Guardrail Punch $72.841 7A 3K
_
Hard Tail End Dump $73.49' 7A 3K
Articulating Off- Road
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
8X
View
Sewer Et Water
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 15 of 21
Equipment 45 Yards. Et
Over
I
L
View
King
Power Equipment Hard Tail End Dump
Operators- Underground Articulating Off -road
Sewer Et Water Equipment Under 45 Yards
$72.84
7A 3K
8X
King
Power Equipment
Operators- Underground
Horizontal/Directional
Drill Locator
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Undereround
Horizontal/Directional
Drill Operator
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Under round
Hydralifts/Boom Trucks
Over 10 Tons
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Hydralifts/Boom Trucks,
10 Tons And Under
$69.12
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Loader, Overhead 8 Yards.
Et Over
$74.22
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Loader, Overhead, 6 $73.49
Yards. But Not Including 8
Yards
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Loaders, Overhead Under $72.84
6 Yards
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Under round
Sewer Et Water
Loaders, Plant Feed $72.84
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Loaders: Elevating Type
Belt
$72.28
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Locomotives, All
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Material Transfer Device
$72.84
7A
3K
8X
View
King
Power Equipment Mechanics, All (leadmen -
Operators- Underground $0.50 Per Hour Over
Sewer Et Water Mechanic)
$74.22
7A
3K
8X
View
King
Power Equipment
operators- Underground
Motor Patrol Graders
$73.49
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Under rg ound
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$73.49
$69.12
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Oil Distributors, Blower
Distribution Et Mulch
Seeding Operator
Outside Hoists (Elevators
And Manlifts), Air Tuggers,
Strato
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
$72.28
7A
3K
8X
View
Sewer Et Water
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 16 of 21
King
Power Equipment
Operators- Underground
Overhead, Bridge Type
Crane: 20 Tons Through
44 Tons
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Overhead, Bridge Type:
100 Tons And Over
$74.22
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Overhead, Bridge Type: 45
Tons Through 99 Tons
Pavement Breaker
$73.49
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
$69.12
7A
i
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Pile Driver (other Than
Crane Mount)
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Plant Oiler - Asphalt,
Crusher
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Posthole Digger,
Mechanical
$69.12
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Power Plant
_
$69.12
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Pumps - Water
$69.12
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Quad 9, Hd 41, D10 And
Over
$73.49
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Quick Tower - No Cab,
Under 100 Feet In Height
Based To Boom
$69.12
7A
3K
8X
View
Sewer Et Water
King
Power Equipment tmote Control Operator
Operators- Underground Rubber Tired Earth
Sewer Et Water Moving Equipment
$73.49
7A
3K
8X
View
King
Power Equipment Rigger and Bellman
Operators- Under round
Sewer Et Water
$69.12
$72.28
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Rigger/Signal Person,
Bellman (Certified)
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Rollagon
Roller, Other Than Plant
Mix
$73.49
$69.12
7A
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Under round
3K
T
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Roller, Plant Mix Or Multi-
lift Materials
$72.28
7A
3K
8X
View
King
Roto-mill, Roto-grinder
$72.84
7A
3K
8X
View
https://secure.ini.wa.gov/wagelookup/ 4/27/2021
Page 17 of 21
Power Equipment
Operators- Underground
Sewer Et Water
King
Power Equipment
Operators- Underground
Saws - Concrete
$72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Scraper, Self Propelled $72.84
Under 45 Yards
Scrapers - Concrete Et $72.28
Carry All
Scrapers, Self-propelled: $73.49
45 Yards And Over
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Service Engineers - $72.281
Equipment
j
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Shotcrete/Gunite $69.12 7A
Equipment
Shovel, Excavator, $72.28 7A
Backhoe, Tractors Under
15 Metric Tons
IShovel, Excavator, $73.49 7A
Backhoe: Over 30 Metric
{Tons To 50 Metric Tons
3K
8X
View
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
Power Equipment
Operators- Underground
Sewer Et Water
King
3K
8X
View
King
3K
8X
View
King
Power Equipment Shovel, Excavator,
Operators- Underground Backhoes, Tractors: 15 To
Sewer Et Water 130 Metric Tons
$72.84
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Shovel, Excavator, $74.22
Backhoes: Over 50 Metric
Tons To 90 Metric Tons i
Shovel, Excavator, $74.99
Backhoes: Over 90 Metric
Tons
Slipform Pavers $73.49
7A
7A
3K
8X
View
Sewer Et Water
Power Equipment
Operators- Underground
King
3K
8X
View
Sewer Et Water
Power Equipment
Operators- Underground
King
7A
3K
8X
View
Sewer Et Water
King
Power Equipment iSpreader, Topsider Et $73.49
Operators- Under round IScreedman
Sewer Et Water
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Subgrader Trimmer
$72.84
7A
7A
_
7A
3K
^
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Tower Bucket Elevators
Tower Crane Up To 175' In
Height Base To Boom
$72.28
$74.22
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
3K
8X
View
King
$74.99
7A
3K
8X
View
https://secure. [ni.wa.gov/wagelookup/ 4/27/2021
Page 18 of 21
Power Equipment
Operators- Under round
Sewer Et Water
Tower Crane: over 175'
through 250' in height,
base to boom
Tower Cranes: over 250' in $75.72
height from base to boom
King
Power Equipment
Operators- Under round
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Transporters, All Track Or $73.49
Truck Type
_
Trenching Machines $72.28
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Truck Crane Oiler/driver -
100 Tons And Over
$72.84
7A
3K
8X
View
King
Power Equipment
{operators- Underground
Truck Crane Oiler/Driver $72.28
Under 100 Tons
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Truck Mount Portable
Conveyor
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Equipment
Operators- Underground
Sewer Et Water
Welder
$73.49
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Sewer Et Water
Wheel Tractors, Farmall
Type
$69.12
7A
3K
8X
View
King
Power Equipment
Operators- Underground
Yo Yo Pay Dozer
$72.84
7A
3K
8X
View
Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$55.03
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Spray Person $52.241
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 Tree
Tree Trimmer $37.47
Groundperson
5A
4A
View
Trimmers
King
Refrigeration It Air
Conditioning Mechanics
Journey Level
Journey Level
$87.01
$60.57
6Z
7E
1G
1N
View
View
King
Residential Brick Mason
King
Residential Carpenters
Journey Level
$36.44
1
View
King
Residential Cement Masons
Journey Level
$46.64
1
View
King
Residentiat Drywall
Applicators
Journey Level
Journey Level i
$64.94
7A
4C
View
King
Residential Drywall Tapers
$36.36
1
View
King
Residential Electricians
Journey Level
$48.80
1
View
King
Residential Glaziers
Journey Level
Journey Level
$28.93
1
View
King
Residential Insulation
Applicators
$28.18,
1
View
https:Hsecure.ini.wa.gov/wagelookup/ 4/27/2021
Page 19 of 21
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
1G
View
Pi pefitters
King
Residential Refrigeration Et
Journey Level
$87.01
6Z
1G
View
Air Conditionin Mechanics
King
Residential Sheet Metal
Journey Level
$89.61
7F
1 E
View
Workers
King
Residential Soft Floor
Laye rs
Journey Level
$51.91
5A
3.1
View
King
Residential Sprinkler Fitters
Journey Level
$53.04
5C
211
View
(Fire Protection
King
Residential Stone Masons
Journey Level
$60.57
7E
1"
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
Materials
$60.30
5A
3H
View
King
Sheet Metal Workers Journey Level (Field or
Shop)
$89.61
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction
Boilermaker
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
Carpenter
$38.54
7V
1
View
King
Shi buildin Et Ship Re air
New Construction Crane
Operator
$38.54
7V
1
View
King
Shipbuildinig EtRepair
New Construction
Electrician
$38.54
7V
1
View
.Ship
King
ShipbuildingEt Ship Repair
New Construction Heat Et
Frost Insulator
$79.43
5.1
4H
View
King
Shipbuilding Et Ship Repair
New Construction Laborer
$38.541
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
Machinist
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
Operating Engineer
$38.54
7V
1
View
King
Shipbuitding Et Ship Repair
New Construction Painter
New Construction
Pi pefitter
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
$38.54
7V
1
View
King
Shipbuilding Et 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
Warehouse/Teamster
$38.54
7V
1
View
King
Shipbuilding Et Ship Repair
$38.54
7V
1
View
https://secure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 20 of 21
New Construction
Welder / 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
4J
View
King
Shipbuilding l3 Ship Regal
Ship Repair Crane
Operator
$45.06
7Y
4K
View
King
Shi buildin fz Shi Repair
Ship Repair Electrician
$47.42
7X
4J
View
King
Shipbuilding it Ship Repair_
Ship Repair Heat It Frost
Insulator
$79.43
5J
4H
View
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$47.351
7X
4J
View
King
Shipbuilding Et Ship Re air
Ship Repair Operating
Engineer
$45.06
7Y
4K
View
King
Shipbuilding It Ship Repair
Ship Repair Painter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$47.35
7X
4J
View
King
Shipbuilding Et_ Ship Repair
Ship Repair Rigger
$47.35
7X
4.1
View
King
Shipbuilding Ea Ship -Repair
Ship Repair Sheet Metal
$47.35
7X
4.1
View
King
Shipbuilding& Ship Repair
Ship Repair Shipwright
$47.35
7X
4.1
View
King
Shipbuilding Et Ship Repair_
Ship Repair Warehouse /
Teamster
$45.06
7Y
4K
View
King
Sign Makers FtInstallers
Journey Level
$51.56
0
1
View
Electrical
King
Sign Makers Et installers
Journey Level
$33.20
0
1
View
(Non -Electrical)
King
Soft Floor Lavers
Journey Level
$51.91
5A
3J
View
King
Solar Controls For Windows
Journey Level
$13.69
1
View
King
Sprinkler Fitters (Fire
Protection)
Journey Level
$85.89
5C
1X
View
King
Stage Rigging Mechanics
Journey Level $13.69
Journey Level $60.57
1
View
Non Structural
King
Stone Masons
7E
1N
View
King
Street And Parking Lot
Sweeper Workers
Journey Level $19.09
1
View
King
Surveyors
Assistant Construction Site $72.28
Surveyor
7A
3K
8X
View
King
SurveVors
Chainman
$69.12
7A
3K
8X
View
King
SurveVors
Construction Site Surveyor
$73.49
7A
3K
8X
View
King
Telecommunication
Technicians
Journey Level
$53.57
7E
1 E
View
King
Telephone Line
Construction - Outside
Cable Splicer
$37.40
5A
2B
View
King
Telephone Line
Construction - Outside
Hole Digger/Ground
Person
$25.04
5A
2B
View
King
Telephone Line
Construction - Outside
Telephone Equipment
Operator (Light)
$31.22
5A
2B
View
King
Telephone Line
Construction - Outside
Telephone Lineperson
$35.34
5A
2B
View
King
Terrazzo Workers
liourney Level
$55.71
7E
1N
View
King
Tile Setters
Journey Level
$55.71
7E
1N
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
Page 21 of 21
King
Tile, Marble ft Terrazzo
Finishers
Finisher
$46.54
7E
1N
View
King
Traffic Control Stripers
Journey Level
$49.13
7A
1 K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$64.55
5D
4Y
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$63.71
5D
4Y
8L
View
King
Truck Drivers
Dump Truck
$63.71
5D
4Y
8L
View
King
Truck Drivers
Dump Truck Ft Trailer
$64.55
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$64.55
5D
4Y
8L
View
King
Truck Drivers - Ready Mix
Transit Mix
Irrigation Pump Installer
$64.551
5D
4Y
8L
View
King
Well Drillers Et Irrigation
Pump Installers
$17.71
1
View
King
Well Drillers & Irrigation
Pump Installers
Oiler
$13.69
1
View
King
Well Drillers Et Irrigation
Puma Installers
Well Driller
$18.00
1
View
https:Hsecure.Ini.wa.gov/wagelookup/ 4/27/2021
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 fi-inge 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 atone 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 fast two (2) hours before or after a five -tight (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 ofwage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten ( l0) 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.
The first two (2) hours after ciglit (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 ofwage.
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) horns worked on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Mondav 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 (l0) 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. V
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 ( l0 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.
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.
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.
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 wane.
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 ofwage. 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
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 tithe 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 tluough 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-l/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, switchin- 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 Often ( 10) hours will be at two (2) times
the hourly rate of wage. The first tight (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-liour 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'.=) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday throe«h 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 Dav,
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.
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 clay 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
J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wake. 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.
U 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 02) 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 atone and one-half times the hourly rate of Nvage. (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 homy worked over twelve (12)
hours Monday throw*h 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 (I ';'z) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday bills 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.
Auer 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 wake.
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
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 ofeialit (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 clay (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 spccificatioiis require that work can
only be performed outside the regular day shift, then by mutual agreement a special shift niay 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 (S 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 2M 0 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.
L 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
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 (l2) 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
H.olidaN Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6)•
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day.
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N, Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9),
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Years 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.
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 regnrlar 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 Dav, 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 Dav 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
Holidav 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 tally 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 Dav, And Christmas Day (7). Any holiday which Eills 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 Dav, 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. Ifany 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 Ycar'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 tills 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
.Holiday Codes Continued
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.
1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, .And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturdav 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 fills 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 Elolidav (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
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 Floatin- Holiday.
A. 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. F. 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
D. Workers working with supplied air on hazmat projects receive an additional S 1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: 50.75, Level B: S0.50, And
Level C: S0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: S1.00, Levels C & D:
50.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: S 1,00, Level B: SO.75, Level
C: 50.50, And Level D: 50.25.
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
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 Engin.;er. All flae;ers 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: S2.00, Class B Suit: S 1.50,
And Class C Suit: S 1.00. Workers performing underground work receive an additional S0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional 50.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional 50.50 per hour.
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' - S2.00 per foot for each foot over 50 feet. Over
10l' to 150' - S3.00 per foot for each foot over 101 feet. Over 15 P to 220' - S4.00 per foot for each foot over 220 feet.
Over 221' - 55.00 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' - S L00 per foot from entrance. 300' to 600'
- S 1.50 per foot beginning at 300'. Over 600" - S2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120,1240V 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: S2.00. Class B Suit:
S 1.50, Class C Suit: S 1.00, and Class D Suit: 50.50. Special Shift Premium: Basic hourly rate plus S2.00 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 Stagc/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 (S0.75) per hour above
the classification rate.
12 of 14
Benefit Code Key— Effective 3/3/2021 thru 8/31/2021
Note Codes Continued
3. Z. Workers working with supplied air on hazmat projects receive an additional S 1.00 per hour.
Special Shift Premium: Basic hourly rate phis 52.00 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 S 1.00 per hour.
Special Shift Premium: Basic hourly rate plus 52.00 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 50.50 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' — SO.50 per hour over their classification rate.
(B) — 200' to 299' — SO.M per hour over their classification rate.
(C) — 300' and over — S 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 (SO.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
Stave/Boatswains Chair: Employees working on a swinging stagy*e 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 (50.75) 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 11aggers 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 3 1, 2012.
13 of 14
Benefit Code Key — Effective 3/3/2021 thru 8/31/2021
Note Codes Continued
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 Constriction 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: S 1.00,
Level B: S0.75, Level C: $0.50, And Level D: S0.25.
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
City of Federal Way
Public Works Department
2021 PAVEMENT REPAIR PROJECT
•-
.ii.-C.rrt—hN-
=
t
r
C1I
;r
K�
;
IT
1.
urlw mn.A�.r. r..-,.:r7
N
rCv�
PII.�IKu�;ytilyi.}�
:1
In•I
Ltaic:I L• a=wsul�Pm uwi•u�+u.-n.
F.
SCHEDULE
SCHEDULEI
June, 2021
RFB 21-006
ST
S
POW
APPROVED FOR CONSTRUC110N
6/30/21
DESIREES WINKLERPE DATE
DEPUTY PUBLIC WORKS DIRECTOR
ml<�
Federal Way
1
DRAFTED: JHUVNH
DRAWING VERSION/REVISION LOG
40 DATE REVISION
2021 PAVEMENT REPAIR
L11112W
Centered On Opportunity }
33325 BTH AVES FEDERAL WAY WA 9B003
T
DESIGNED: JHUYNH
°; &
I
,
COVER SHEET & INDEX
COVER
PHONE: (253)635-2/00
WWW CITYOrFEDERALWAY COM
dYMY\Aid
_ _
APPROVED: DWINKLER
pl
LEGEND
ABBREVIATIONS
D
+
EXISTING (PER KPG)
PROPOSED
ACND ASPHALT
N
NORTHI G'NOREL H
AC ASBESTOS CEMENT WATER PIPE
G
NUMBER
�9
P
B
MONUMENT
CONTOUR ACP ASPHALT CONCRETE PAVEMENT
NITS
NOT TO SCALE
STORAIpRAIV MANHOLE --�—
DITCH FLOYILINE ADA AMERICANS WITH DISABILITIES ACT
AP ANGLE POINT
OC
00
ON CENTER
OUTSIDE DIAMETER
=
CATCH BASIN
®OEG"vmmpn AVE AVENUE
ON
OVERHEAD UTILITIES
®
AREA DRAIN
CONCRETE CURB a GUTTER BLOC BUILDING
PC
POINT OF CURVATURE
SU•
BOP BEST MANAGEMENT PRACTICE
PCC
POINT OF CURVEON CURVE
STORMDNAN CLEAN -OUT —
— —
— SAWCUT BOW BACK OF WALK
PE
POLYETHYLENE
CULVERT
LIMITS OF GRADING CB CATCH BASIN
PG
PERFORMANCE GRADE
CDF CONTROLLED DENSITY FILL
PI
POINT OF INTERSECTION
®
SEWER MANHOLE
m1_
STORMOPAIN CI CAST IRON
PN
POSTINDICATORVALVE
SIGN
UNDERDRAIN CL CENTERLINE
FOR
POINT OF BEGINNING
MAILBOX
ss
SANITARY SEWER CL CLASS
FCC
POINT OF CONNECTION
BOLLARD
n
CO CLEANOLT
WATER CONC CONCRETE
FCE
PRC
POINT OF ENDING
PONT OF REVERSECURVATIRRE
+
BORE I POTHOLE LOCATION
w
IRRIGATION CONT CONTAINER
PT
POINT OF TANGENCY
DC VA DOUBLE CHECK VALVE ASSEMBLY
PVC
POLYVINYL CHLORIDE
Q
SHRUB
�•
GAS DI DUCTILE IRON
"I
RNITOFVERTI NffER"ECTrN
OX�
DE1MrU5TR_E DAIOUTR'JW'I
UNDERGROUND POWER DIAM DIAMETER
R
RADIUS
CCSFERWiTFFE DIAIIBFII I15) —
TEL
— TELECOMMUNICATION CFW CITY OF FEDERAL WAY
CSBC CRUSHED SURFACING BASECOURSE
RJ
FIT
RESTRAINED JOINT
RIGHT
O
BOULDER --
OE
OVERHEAD UTILITY LINE E EASTINGIEAST
S
SLOPEJSOUTH
)1(-0
STREET LIGHT ILUMINAIREI---FO--
CITY FIBER EL ELEVATION
ED
STORM DRAIN
•
TRAFFIC SIGNA4 POLE & MAST ARM —
— C ---
ELEV ELEVATION
CUT LINE EDP EDGE OF PAVEMENT
SDP
SEW
STORM DRAIN PIPE
SEWER
TRAFFIC SIGNAL POLE p MAST
F
FILL LINE EX EXISTING
SHT
SHEET
AROW, LUMINAINCARM
FENCE • CHAINLINK EXIST EXISTING
SSMIH
SANITARY SEWER MANHU_E
A
6
PEDESTRANRISHBJITONPOIE 0
0 0 8
FDC FIRE DEPARTMENT CONNECTION
FENCE •WOOD FG FINISHED GRADE
ST
STA
STREET
STATION
•
9
TRAFFIC I ILLUM J BOX
FL FLANGE
STD
STANDARD
FL FLOWLINE
T
TANGENT LENGTH
tl ■
m
TRAFFIC CONTROL CABINET
HORD HORIZONTAL
Tl
TYPE 1 CATCH BASIN
L
BACKUP POWER SUPPLY
HMA HOT MIX ASPHALT
T2
TYPE 2 CATCH BASIN
+
®
ELECTRICAL SEWCE CABMET
ICV IRRIGATIOK CONTROL VALVE
TCC
TOP OF CURB
ID INSIDE DIAMETER
TCG
TOP OF GRATE
Y
TRAFFIC SIGNAL
IE INVERT ELEVATION
TYP
TYPICAL
VEHICLE DETECTION
L LENGTH OF CURVE
VC
VERTICJILCURVE
LT LEFT
VERY
VERTICAL
CITY FIBERO>TICVAULTIJ X
LF LINEAR FEET
VLT
VAUILT
®
FESTIVAL OUTLET
LP LOW POINT
W
WEST WITH
O
POWER POLE
MAX MAXIMUM
WAT
WATER
POWER POI=GUY ANCHOR
MIN MINIMUM
MH MANHOLE
WSDOT
WASHINGTON STATE
DEPARTMENT OF
••
Yl�
POWER POLE WI LUMINAIRE
MIC MONUMENT IN CASE
TRANS-ORTATION
DID
F-i
POWER VAULT LID I J-BOX
MU MECHANICAL MINT
m
ZI
POW ER TRA 45FORMER
OEM
GRIND EXISTING PAVEMEW TO BE REMOVED AT STATION OR LOCATION
CY
CFJ
®
ET
POWER METER
TELECOMM VAULT I J.BOX
INC.. 61NCH DEPTH AND..10E DIRECTED BY ENGINEER
\ 1
UTILITY PEDESTAL
rAvcuEIrt RFJAAA,
•
(D
GAS VALVE
®
GAS METER
DC
WATER VALVE
®
WATER METER
O
0
WATER VAULT LID
•,�'
FIRE HYDRANT
T
BLOW OFF
p�T
DRA"m JaLly—
DRAWING
VERSION
I REVISION LOG
:rr PROJECTR.
401
DATE
REVISION
2021 PAVEMENT REPAIR
„212
J.HUYNH
FedMDESIGNED:
eral y
-
LEGEND AND ABBREVIATIONS
J�2CaMeredoDEOpportunity B
REVIEWED: S.HAMEL
ABB
PHONE (25J1 a1527M
IYwIY•blbllL
VV WWW CITYOFFEDERALWAY COM
EYrhY.Fft
APPROVCO D WINKLER
__•_
• Z2
U)
M
rA
21ST AVE SW
STA's+}7 W
oily
� 1rA3wv - - - •RA �wor - - - —' +' I^'.=J
I' r
w
m
ri)
Q'
Z
Y
W
m
CONSTRUCTION NOTES
0' PLASTIC CROSSWALK LINE
Qi PIASTICSTOPLI41
O YIELD LINE SYMBOL
A 1 - B SYA 2T�R1 E0
: rn
Y•fY STllii •W!!lC ':•i.:=:•:TW _ _
21ST AVE SW
A I 211 D0 221DD CIE
z w
< — — -
cc
w —
m � � � sTn2a•T(m - �' .
F-
In
= PAVEMENT REPAIR
M G
CRACKSEALING
y j INLET PROTECTION INSERT
AL Crly 0�
Federal Way
Centered on Opporlurnly
3n25BTHAVES FEDERALWAY WA9BBDJ
PHDNE (25}IB15-2790
WWW CITYOFFEDERALWAY COM
�
Whd—pift
°° 'GYM
m lkIN�
�"
DRAWING
ND. DATE
-
VERSION / REVISION LOG
REV151ON
2021 PAVEMENT REPAIR
IlY Pawed 9
11212
_
SITE PREPARATION/TESC PLAN
STA rJ+00 TO STA 24+00
..-
A01
mvwo D g NAq�
APPROVED ❑WINKLER
03 r n
J
a
x
m
v
3 +
�ETAM•II6 r0 - .' 1 GRAPHIC SC'LE
r sY lc nTA�Hrb _ uA2 .ww %TA7fi•�1i7 STA Je•iSSN j TI 0 1D 20 4[
miw — _ zs�oo _ 21STAVE SW
m — �_ n�oo — _ zT�oo S
Ammo
i7 J ` — _. STA iT•'1R Ltl1 Y
I G7FPR•ti?m " - — fv
CONSTRUCTION NOTES
Q+ PLASTIC CROSSWALK LINE
O PLASTIC STOP LIVE
Q YIELD LINE SYMBOL
F H
x 2
J 7
'TM1bG•tC.M A:OI�Wap / • N 11
xrn aa•:x R.
z
w I
m 21ST AVE SW - j
a-u--alxaa _ a
m u—
- -_ _ -- - - -- - - --- - - ! 1 -- STA 51 �aK 0;1 • PAVEMENT REPAIR
r
CRACKSEAUNG
INLET PR.TECTIGNINSER1
DRAWING VERSION / REVISION LOG WIT PROjECTw
""fO� °"""�° 1"'"'°' . GATE LtEv�pl 2021 PAVEMENT REPAIR 11212
eral V + DESIGNED: J.HUYNH 11u— - -""
Centered OrOpporhmity aH „E< SITE PREPARATION/TESC PLAN A02
33325 BTH AVE S FEDERAL WAY WA YEBO]
PHJNE EDERAD
WWWCITYOFFLWAY K...r..�.L STA 24+00 TO STA 63+00 (253)a WAY LOh7 CBY GIIEn Pllil� APPRDSEO [I.WeYy ER
09 of 22
1 ---=--
—°_—
oTAnr.rt
erAas•Hoo !
-�+— I....r_
_
GRAPHIIC SCALE
f
m
A+dC
W
W
G
I
�
21STAVE SW
=
U
�
-� . STA •5.n ill _ .li��_
�
y
_
CONSTRUCTION NOTES
O' PLASTIC CROSSWALK LINE
O PIq mrTw Ll'S
O YIELDLWESYMAOL
— —
GP
1' i.
� M1RNf �frt
EryD PM1':LMPNi HEPAIIi
rj �CHEOULLA STA lo•:U
�l
21STAVE SW
•.M -- —
— gTw�e7•Hqu
PAVEMENT REPAIR
—
jj
O
CRACK sEauNc
■ j INLET PROTECTION INSERT
U
to
QTY �
Federal Wa
DRAFTED: J NUVNH
DRAWING VERSION !REVISION LOG _
NO ' DATE REVISION
-�_
2021 PAVEMENT REPAIR
:IIY YXUJ
11212e
DESIGNED J UYNH
rPvrmec; ILNrMgR:
SITE PREPARATION/TESC PLAN
5� I
A03
Cen[ered on Opportunity
3M258THAVES FEDENALWAY WA9 3
1 - -
PHONE: EDER LWAY
WWPHONE: FFEDERALWAY.COM
o�+bdMpa
ti+lW�PIIt
STA 63+00 TO STA 70+50
22
APPROVED DWINKLCR
�I
ffiPm" p&vp&TPNT "PAIR
G']EDuIE Bain r•-p
to
2
e
m _
__. i2i0p — _ 730 _
rn I 21ST AVE SW
2
F
a
ah
ro
H3F;?i•ell fY. I y
i'r lDi f
:TA 1Wg006
—. 5TA i¢•eI IA' } ._ .- —aTA 2u: •LI 6mmm— _ 1Y1� C'T ax0 .M1. 6TA1101IAW
_ —_
m M1 21STAVE SW
pSh�T5.111 e0 - — 1 hT]•Id.i.] -- .
a.�T -j" � I I , I 5TF6✓3..T2W
GRAPHIC SCALE
H. .
CONSTRUCTION NOTES
0' PLASTICCROS=.
Qi PIASTIC STOP L—
Q YIELD LINE SYKIBOL
PAVEMENT REPAIR
CRACK SEALING
IREETPROTCCTIONNlic R3
ariar
,a��ww¢
R1F EP: J TNH
DRAWING
q pATE{REVISION
VERSION/REVISION LOG
2021 PAVEMENT REPAIR
''I111212
FedleraI Woy
,
DF5H'JHO! 7.l4DgIH.
Centered on Oppartunity
333258THAVES FEDERALWAY WAUM3
REVIEWED: 6 H..IEL
"'
SITE PREPARATION/TESL PLAN
B01
PHONE: (253)aM 2r00
WA'W.CITYOFFEDERALWAY CON!
APPROVED DWINKLEN
STA 71 +30 TO STA 81 +00
.
21 STAVE SW
CONSTRUCTION NOTES
PLASTIC CROSS':
PLASTICSTOPLINE
YIELD LINE SYMBOL
to
ITA.Y, I
U)
21ST AVE SW
PAVEMENT REPAIR
co
CRACK SEALING
INLET PROTECTION 11
U)
CRi of
Federal woy
GRAFTED: J HUYNH
DRAWING
No
VERSION REVISION LOG
REVISION
2021 PAVEMENT REPAIR
CTa.
11212
PREPARATION/TESC PLAN
Centered CNI Opporfurity
33325 BTH AVE S FEDERAL WAY. WA 9OW3
DESIGNED J.HUYNH
Ate,SITE
PHONE (25�) �M �7.
"W CITYOFFEDEPALWAY-CO&I
bob&
biih-�ft
STA 81 +00 TO STA 91 +00
AP-'RDVIM 001WILUR
GRAPHIC SCALE
9r .:TM
—as—
11
N
m
u
,
— —
i
21STAVE SW
�
;m7
=r:, :•� :'-
—
5 Ap2.7 On
4'r rr
EMT
r
CONSTRUCTION NOTES
Oi PLASTIC CROSSWALK LINE
C PLASTIC STOP LINE
O YIELD LINE SYMBOL
f
x
F
N
t+3
3
ST„ V •Rui
025 a" .� 5TA•100.21JR
'7
— —as— — —as— —as— — —as— — —os— — — I* �. as — —as— — —as— — —as— — —as— — — _ as— — —as— _ as— —_ —as— — —as— __ — _ —
21STAVESW — _ _ N
1 � w
1 z
= PAVEMENT REPAIR
— SU Si.B0.G0 �A•.e-.WW1 — U .
fii a'.Ih' gTA40H100' �VV"' * N� CRACK SEADNG
<■> INLET PROTECTION HaERT
C11Y 6r
. Federal Wayaw
Centered on Opportunity
33325 STH AVES FEDERAL WAY. WA 9SU03
PHONE: (253)5]5-2200
WWW CITYOFFEDERALWAY COM
.—�h.a.
MIWMIRKIIIIIII.
DRA:iEj` rsN rrai
.SCIlE➢ aHurNN
-
_AFVIEYIF.D �HA!!EL
APPROVED DWINKLER
DRAWING
-"AIE
VERSION I REVISION LOG
2021 PAVEMENT REPAIR
L1111212
SITE PREPARATION/TESC PLAN
STA 91+00 TO STA 101+00
�{7
BOJ
a(
A
y
2
H
,o
N
M
431
,rA•lo* nw nrA•lol�n,on g7A:,o,�mnD srA lel.xc,
6;cr
—_ —o;_ — —a�— __ _�;— — _�;__ _ _ •_
I
In
In
--i--—
�
y 21ST VE SW
sin wl.a�ol
—
rna�
.•w.r�. srAronnvm
to
2
H
IJ7
N
M
3
fn
.+ II
nN-rlac r. � •: r
CONSTRUCTION NOTES
Q PLASTIC CROSSWALK LINE
Oi PIASTIC STOP LIVE
Q YIELD LINE SYMBOL
El -A 110.5291 -.
I
1 C
ITT— 2 T AVE SW
m w
N
gs-
STA'C�37.OD STA 10b�7G STA'1Dr;{ PAVEMENT REPAIR
F
5
TA[,0.41 Q �� CRACK SEALING
] INLET PROTECTION INSE RI
o„r or
F�.�LYir� Q! �My
Centeredon Opportunity
JD255TH AVES FEDERAL WAY WA 9WIO
, Wl.CTYOFFE ERALWAYCOM
�11IOMWt
DRA eD: .HurNH
(1)
DRAWING
IIO DATE
—
VERSION! REVISION LOG
REVISION2021
—
PAVEMENT REPAIR
c,r� ECTW.
11212
—0B50NeD kLrJYr41
REVIEWED: S HAMEL
APPROVED DWINKLER
SITE PREPARATION/TESC PLAN
STA 101+00 TO STA 111+00
BO(}
1-
- —
,
�i
21ST AVE SW
c''T
m — —
-i
a
0
z
N
N
M
oTAn la•Ilplp �
4'.Bp'
y
.._i �A
T�•�
6TR•IT>•+O.Ac
r.
_
_
Sik11.•lu 3iA,r."iN1 m
y
�
GRAPHIC SCALE
}J Ip :o •a
_
W
:I.
W
L]
_
I
T. 11-
.:+J•
ti'
Rr14`75W
0
z
N
N
M
3
W
CONSTRUCTION NOTES
Q PLASTIC CROSSI. .K LINE
pi PLASTICSTOPLINE
Q YIELD LINE SYMBOL
F
0
N
N
' M
a ' 1! •tN BD �
11 ]•m
21ST AVE SW
''+TA'11�•Y2m
124+m
I
n
PAVEMENT REPAIR
...ivy CRACK SEAIJNG
j INLET PROTECTION INSERT
d}Y o
6RS+'TED J.lEhHH
DRAWING
NO � DATE
VERSION! REVISION LOG
REVISION
2021 PAVEMENT REPAIR
DITT RIGJEGT .:
1212
Federal wow
Centered on OpportumiV
33325 BTH AYES FEDERAL WAY, Wq 90003
HFVI[WFtY S�HAMF.i
SITE PREPARATION/TESC PLAN
5 T
B05
PHONE: (25])836-27W
WWW CITYOFFEDERALWAY DOM
egwK
codbibimms,
!.P>'rrLM1'ED D.WSINLC•L
STA 111 +00 TO STA 121 +00
IB u 22
pslaN ar_�r,<,r v �
PAyEC1¢N�RFaApR
4Th 1R] fA
All
a. —
10<
'j SW 320TH ST
I
STA.ibS.)R fO
CONSTRUCTION NOTES
(]' PLASTIC CROSSWALK LINE
O PLASTIC STOP LINE
Oi YIELD LINE SYMBOL
U)
W
Q
F
N
57A HO-JI3Ca
AYR E'il•I1r
Z
SW 320TH ST �— — w
S 320TH ST z
LEGEND:
a
•.- ,: _mow yTAl:k-use n I �
PAVEMENT REPAIR
AW
N I A'.t
W CRACK SEAUNG
i
Q
INLET PROTECTIDN INSERT
ary O!
.� Federal Way
Centered on Opportunity
]]]25 RTH AVES FEDERAL WAY WA9W03
PHONE EDERALWAY0
WWPHONE FFEDERAL-27 GOM
WRA✓
Gwna'rka J. U,,Wo
REVISION LOG
2021 PAVEMENT REPAIR
11212
_7 ,.�N�
NO'DDATTEJINREVISIONIONI
_
_
SITE PREPARATION/TESC PLAN
STA 102+50 TO STA 112+00
REVIEWED: S. NAAIEL
APPRDVCD• ❑WINKLER
STA.f'r•If DO � � _ - — . — - _ — _ _ 1. I
Irf :1%��'=•"aW 9TR;,lB•AGJ74
GRAPHir. c
n `y •--- -•— —--1�'r—==._- ter—
x
mI
S 320TH ST
am
Tv s A;Tnr]pCp STR 1,3•BnrO aTA.r1+-D_LG >I•�"."::-l.IMI J
CONSTRUCTION NOTES
C PLASTICCROS; ..LINE
Oi PLASTICSTOPLINE
Q YIELD LINE SYMBOL
5iA120.1SB] iTA 120•Td
I
N
pCm yiy S 320TH ST Z LEGEND:
fR •� PAVEMENT RE..
`.iin'li 6TA it1 W,nB
To.11 �37. STAi]G.jp GO- 6 --N� CRACK SEALING
- _ _ _ _ C■ j INLET PROTECTION INSERT
m PRUX.T.:
DRAWING VERSION/REVISION LOG 2021 PAVEMENT REPAIR 11212
cri � DRAFTED: J.HUYNH ID]. DRT= RR'6lpN
� Federal Way 030N✓fp J HlMll� _� _ �,
Centered on Opportunity SITE PREPARATION/TESC PLAN
33]25BTHAVES FEDERALWAY WA96003 REVIEWED: S. HAMEL `'02
PHONE (250)BM27W R�rin6Wra STA 112+00 TO STA 122+00 WWW CITYOFFEDERALWAY COM ,�lIn �Put APPROVED D WINKLER - 12 7 T2
S 320TH ST
Lu
Q
2
F-
N
At
GRAPHIC SCALE
CONSTRUCTION NOTES
0' PLASTIC CROSMALK LINE
0 PLASTICSTOPLINE
Q YIELD LINE SYMBOL
� tn• _ � .:.tar+�
I I
I
z
11 i*DO
S 320TH ST
u
z
LEGEND:
'
-
— .I•. :. ...: J
.SLA�iTli YCYI �A tNi
.._
T2
PAVEMENTREPAR
fi.. 1:L •:-P]' _ (
—_7_
y
_.. X]
--
�--N� CRACK SEALING
�_
INLET PROTECTION INSERT
Q[Y�
7 Federal Way
58THAV S on OLWAY.Wnrty
]]325 BTN AYES FEDERAL WAY, WA 9BW]
PHONE: EDERALWAY
WWW CITYUFFEDERALWAV COM
�
rr.[.A[MMe
�Y�Inll[1LLY.
6RA�'ED I.NITndN
HSY..11E6Cergem
NO
DRAWING
DATE
VERSION! REVISION LOG
REVISION
2021 PAVEMENT REPAIR
Ct; i rn cII V.
11212
—
—
SITE PREPARATION/TESC PLAN
STA 122+00 TO STA 132+00
CO3
REVIEWED: 5 HAMEL
—
APPROVED: DWINKLER
1] aE 22
I
w _law
S 320TH ST
�I
_—
U)
w
a
x
{ m
GRAPHIC SCALE
9{A-1�WFDAtl :� .V M
1100
—0' w
z
I
CONSTRUCTION NOTES
Q PLASTIC CROSSWALK LINE
Oi PLASTIC STOP LINE
Q YIELD LINE SYMBOL
z
n
.a
,3�oD
1300oo _ ,a�oo
,a—aao
rn
— — —
mm
S 320TH ST
in
w
cs
LEGEND:
PAVEMENT REPAIR
CRACK SEALING
W
Q � INLET PROTECTION INSERT
x
H
O
oiYar
Federal 1Nay
FRnFTC9 J.FIU,NH
DESIGNED
DRAWING
NO DATE
VERSION/REVISION LOG
REVISION _
2021 PAVEMENT REPAIR
LILY PRO.SECT A:
11212
SITE PREPARATION/TESL PLAN
sKFEv
C04
Ceri[ered on Opportunity
333258THAVES FEDERALWAY WA96003
J HUYNH
REVIEWED: S HAMEL
—
PHONE:
WWW CITYOFFEDERALWAY COM
EDERALWAY
Wert
C11�4LM4%YMF
APPROVED OWINKLER
STA 132+00 TO STA 142+00
14 ff 22
s+ =w•zdw
a'.:•r
GRAPHIC SCALE
i"
m
Ifl :0 d0
�j
1 a'i.W
y
S 320TH ST I
U
J —
s
n--
S 320TH ST
Allow
2
F
CONSTRUCTION NOTES
O PLASTIC CROSSWALK LINE
0 PLASTIC STOP LIVE
O YIELD LINE SYMBOL
LEGEND:
PAVEMENT REPAIR
------ CRACK SEALING
INLET PROTECTION INSERT
ay—
Centered on Opportunity
Z 33325 HTH AVES FEDERAL WAY WA DS003
PHONE:WWW CITYOFFEDERA WAYCOAI
z
CoYerol.11ra<
��@
DESIGNED: J HUYNH
r,
DRAWING
VERSION/REVISION LOG
2021 PAVEMENT REPAIR
�r.muc�.F�@I�di
11212
NO
DATE
REVISION
SITE PREPARATION/TESC PLAN
STA 142+00 TO STA 152+00
L
COJ
REVIEWED: S HAMEL
APPROVED D WINKLER
15 W 22
ENVEVE ELULE C
PAl•P.AIENT REPAIR
STA =55-D]
1
S 320TH ST C
'J '.:i: �!., �: ,f :rti f —I'� — — 3TF.15••51 GD
GRAPHIC SCALE
N
CONSTRUCTION NOTES
Oi PLASTIC CROSSWALR LINE
Qi PLASTICSTOPLINE
0 YIELD LINE SYMBOL
LEGEND:
PAVEMENT REPAIR
CRACK SEALING
j INLET PROTECTION INSERT
Liii�
4F"� �I�1ay
Centered FEDERAL
]]]25 BTH AYES FEDERAIWAY WA9B00]
DLWAY IN WKK
PHDNE: EDERALWAY
WYJ✓J CITYOFFEDEMIWAY G0IA��aj�
lakn p
RRPLI` 6 ��W
a
-
No.
DRAWING
DAW
VERSION I REVISION LOG
RV41BiQN
2021 PAVEMENT REPAIR
CITY F.GA L,.
11212
DESIGNED: J.HUYNH
B Nye
-
APPROVED: DWINNLER
SITE PREPARATION/TESC PLAN
STA 152+00 TO STA 155+00
G
CO6
of 22
PVMT 110]' E'CA
NOTE PAVEMEM SHALL
11YOf3
RED THEHE FI FlE1D 6f
BE AS gIN
iME CITY INSNS PECTOO R
-
— -
'
HW CL 1/2' PG 001f22 MIN. 0' THOWESS
NO EXISTING PAVEMENT TO BE REMOVED
CDWYWU SOBGRKDE
TO TOP OF EXISTING BASE MATERIAL
TACK JOINT PRIOR TO PAVEMENT PATCHING
21ST AVE SW & SW/S 320TH ST PAVEMENT PATCHING DETAIL
NTS
L PAIT REPLACEMENT FOR
�I
STREET PATCH
SUE AND LOCATION VARIES I
NOTE PAVEMENTPATCHING SHALL
BE AS DIRECTED IN THE FIELD BY
THE CITY INSPECTOR
EXISTING GRAVEL BASE,
T.
ASPHALT GONG. PAVEMENT
OR CEMENT CONC. PAVEMENT
GRIND 9!$IKG PAVEMENT TO BE RFIAUV O TO TOP OF CaTING BASE MATERIAL
MIN r XI FOR RaKVUVl_ Miry. 0' UEPHI FOR ARTEAIAu
SIDE STREETS PAVEMENT PATCHING DETAILS
GRAPHIC SCALE
AQf OF pRARw 4twmm DRAWING VERSION I REVISION LOG
FederalVHay DESIGNED: J.HUYNH DATE RIJISKM! 2021 PAVEMENT REPAIR 11212
rl I u�
Cen
OrTiy
I]250THAVES FEDENLWAY WA98004 REVIEWED: S HAIEL� PAVEMENT REPAIR DETAILS
DETAILS
PHDNE im)aM 27W
WWW CITYOFFEDERALWAY COKI AP HVYEO OWINHUll
I] w 22
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55
1 60
1 65
70
LENGTH (feet)
155
200
250
305
360
425
495
1 570
645
730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HOST VEHICLE WEIGHT
9.900 TO 22A00.16s.
HOST VEHICLE WEIGHT
OOO 1ps.
< 45 MPH
45-55 MPH > 55 MPH
< 45 MPH
45-55 MPH
> 55 MPH
100' 123' 172' 74' 100' 150'
PROTECTIVE VEHICLE (WORK VEHICLE) = R
NO SPECIFIED DISTANCE REQUIRED
SIGN SPACING =X (1)
RURAL HICHWAYS 60 / 65 MPH
8W 4
RURAL ROADS 45 / 55 MPH
500' 4
RURAL ROADS h URBAN ARTERIALS 35 40 MPH
356 Y
HURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH
RESIDENTIAL S BUSINESS DISTRICTS
2O0' 4
URBAN STREETS 25 MPH OR LESS 7DO' 9 2
011 TO ACCOMMODATE
INTERSECTIONS AND DRIVEWAYS.
(2) THIS
ROADWAY CI NG ND AY BE REDUCED IN URBAN AREAS TO FIT
SO' TO 100'
6 DEVICE I
MI Iyyy
00 _ `r
W20-7B (OPTIONAL IF
40 MPH OR LESS)
OPREPARED
48"
ROAD
WORK
HI 48" 48"
W20-7B
ONE LAN w20-1
ROAD
AHEAD
48" 48"
50' TO 100' W20-7A W20-4
6 DEVICE
I'�R jII S AllH x n x. %
x x I x w•TO I x f>,
300 48"� •x
AHEAD a BE 40" CHASPACINGI(FEET)VICE
a8" 48" °�' W20-7A MPH T TANOENT
PREPARED 40 MPH (OPTIONAL IF
t) 40 MPH OR LESS) 50 65 10 TO 20 80
41" W20A 4B" W20-7A TO STUP 35 45 10 TO 20 60
ROAD gE h x 48" 25130 10 To 20 40
48"
WORK PREPARED w ONE LAN
W20-7B
48" 48' ROAD
AHEAD
W20-1 W20-713 x 48" 48"
WZ0.7B(OP TIONAL IF W204 ROAD
40 MPH OR LESS) zc WORK NOTES
HEA
48" 1 ALL SIGNS ARE BLACK ON ORANGE
LEGEND W20-1 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS
SHOULDER IS RECOMMENDED,
FLAGGING STATION S: NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT
w TEMPORARY SIGN LOCATION FLAGGING STATIONS. SEE THE STANDARD SPECIFICATIONS
O FOR ADDITIONAL DETAILS.
CHANNELIZING DEVICES
® PROTECTIVE VEHICLE SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. °
crr1 M DRAFTED: ].HUYNH DRAWING VERSION I REVISION LOG Di: r�wc��
Federal Way r
DATE ;REVISION _ 2021 PAVEMENT REPAIR 11212
� bE910NE0' J]1U1'NN
Centered an Opporlunily TCP1
REVIEWED 5 „AMEL = ONE -LANE, TWO-WAY TRAFFIC CONTROL WITH FLAGGERS
]]J25 BTH AYES FEDERALWAY WA OB003 _
PHONE EDERALWAY � �i
W%IW CRYOFFEDERALWAY COM C�IA101WML AiMY70YC0' DYIIIAiL£H. �B o. 22
°
36"
2 PILOT CAR
G20A
BIO
LEGEND
44 FLAGGING STATION
K TEMPORARY SIGN LOCATION
CHANNELIZING DEVICES
PILOT VEHICLE
MOTORIST VEHICLE
MINIMUM TAPER LENGTH = L (feet)
LANE
WIDTH
(1ea1)
Posted Speed (mph)
25
30 35
40
45
50
55
60
65
70
10
105
150 205
270
450
500
550
11
115
165 225
295
495
550
605
660
—
—
12
125
180 245
320
540
800
660
72D
7B0
24" PRIVATE ROAD
OR DRIVEWAY
AIT FO. 16"
G25-101
BIW 112 L
-- j
NOTES
CHANNELIZATION DEVICE
SPACING feel
MPH
TAPER
TANGENT
Wffib
40
80
JS 46
3D
60
25 JO
20
1 40
1 REFER TO SHEET TC1 FOR ADDITIONAL SIGNING AND FLAGGING DETAILS NOT SHOWN
2 CHANNELIZING DEVICES ARE RECOMMENDED ALONG CENTERDNE TO SEPARATE TRAFFIC
FROM WORK OPERATION. DEVICES ARE REQUIRED AT TAPERS TO SHIFT TRAFFIC MOVEMENT
BETWEEN LANES AND TO PROTECT FLAGGING STATIONS.
3.
SIGN G25-101 IS RECOMMENDED FOR NON-STOP SIGN CONTROLLED APPROACHES SUCH AS
PRIVATE ROADS AND DRIVEWAYS. THIS SIGN IS NOT REQUIRED TO BE ALUMINUM SUBSTRATE
AND CAN BE MADE OF ALTERNATIVE MATERIALS -
AL rn"°*
Federal Way
Centered on opportunity:
33325 BTH AVES FEDERAL WAY WA9 3
PHONE (253)935 27W
WWW GITYOFFEDERALWAY COFI
A�WO
OFAFEP J.Nlrfil
DFS JIM�r�
REVIEWED: S, HAMEL
1
DRAWING
bA1F,lsl
VERSION I REVISION LOG
2021 PAVEMENT REPAIR
DeY P-T A
11212
—
PILOT CAR OPERATION
1
TCP2
APPROVED 0WINKLER
39 ff
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
WIDTH
(feel)
Posted Speed (mph)
25
30 1
35
40
45
50
55
60
65
70
10
105
150
205
270
450
500
550
11
115
165
225
295
495
550
605
660
—
—
12
125
180
245
320
540
600
660
720
780
840
MINIMUM SHOULDER TAPER LENGTH = L13 (feet)
ft"dULDER
WIDTH
rte.$)
Posted Speed (mph)
25
30
35
40
45
50
55
60
65
70
1'
40
1
40
60
1
90
120
130
150
160
1 170
190
10'
40
60
90
1 90
150
170
190
200
1 220
240
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 9
SIGN SPACING = X (1) 1
RURAL ROADS 8 URBAN ARTERIALS 25 / 30 MPH 2W 9 fi (2i RESIDENTIAL BUSINESS DISTRICTS
1.1 � ry R G u!, i I Ip Dlwlw'� I FIT
RCHANGE
CHANNELIZATION DEVICE
SPACING fael
MPH
TAPER
TANGENT
50 0
40
80
35 45
30
60
25 30
20
40
N'ORlI AREA �
�®®®� n a a ®• m
U3 SEE
NOTE
X X X L B
4B"
RGAI]
i•f EP. �
4B" 48"
W20-1 W4-2(L)
48"
IGHT LAN
cLosED
LEGEND HEA
48"
N TEMPORARY SIGN LOCATION
W20-5R
® TRAFFIC SAFETY DRUM
SEQUENTIAL ARROW SIGN
® TRANSPORTABLEATTENUATOR
LF' r; r.,q PORTABLE CHANGEABLE MESSAGE SIGN
R
100'
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250 1
305
1 360
1 425
495
1 570
1 645
1 730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HOST VEHICLE WEIG HT
9 MN1 YO 77� FrX1
HOSTVEHICLEOtiuri
a 72:J0L ns
< 45 MPH
45-9 MPH
I > 55 MPH
< 45 MPH 1
45-55 MPH
> 55 MPH
100'
1 123•
172'
74' 1
100'
150'
PCMS
1 2
RIGHT 1 MILE
LANE AHEAD
CLOSURE
I 2.0 SEC 2.0 SEC
FIELD LOCATE 1 MILE IN
ADVANCE OF LANE CLOSURE SIGNING
NOTES
1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS
2. EXTEND DEVICE TAPER AT U3 ACROSS SHOULDER.
3- DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE
4- USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT)
(RECOMMENDED}
5- DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
20' (FT).
6 ALL SIGNS ARE BLACK ON ORANGE,
amcw
Federal w0y
Cen3VES an ❑AWAY WA ity
33]258THAVES FEDon OLWAY urifty]
PHDNE (25](OW 270D
WWWCITYOFFCDERALWAYCOM
feln�bdm
a�1r
DRAfTEO: JJiUYNH
DRAWING
2021 PAVEMENT REPAIR
L1 I„212e
NO
-
RN ISIRSION/REVISIONLOC
DATE REVISION
_
- �—
DESIGNED: JFIUYNH
REVIEWED: 5 HMIEL
— — —
APPROVED OWINNLCR
SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
----
I...
TCP3
20 of n
MINIMUM LANE CLOSURE TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
ffm)
25
30
35 40g.-.
50
55
60
65
70
10
105
150
205 270
00
550
11
115
165
225 295
50
605
660
-
-
12
125
180
245 320
660
720
7B0
540
MINIMUM SHOULDER TAPER LENGTH = L/3 (feet)
SHOULDER
WIDTH
IIccO
Posted Speed (mph)
25
30
35
40
45
50
55
60
65
70
8'
40
40
60
90
120
130
150
160
170
190
10'
40
60
90
90
150
170
190
200
220
1 240
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 9'
SIGN SPACING = X (1)
PRIDEWAYS JL EXPRESSWAYS 55 70 MPH
1500' 4
RURAL HIGHWAYS 60 / 65 MPH
Ill. 9
RURAL ROADS 45 / 55 MPH
500' 7
RURAL ROADS d URBAN ARTERIALS 35 40 MPH
750' 4
RURAL ROADS i URBAN ARTERIA15 25 / 30 MPH
RESIDENTAL 8 BUSINESS DISTRICTS
200' 7 (2
LESS 100' 4 4
IMBAN 5y7RE.EYS"6
T A5Ncp2;55 I�MPPyNy��rOR
(2)YYlA�7NDITII E �V113l:AOH AgEAS4TOBFIT RCHANGE
*48"
N
W4-2(L)
1000' or X
PCMS
2
2 LANES -R'
ATCH
CLOSED FOR SLOW
AHEAD TRAFFIC
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55 1
60
1 65
1 70
LENGTH (feet)
155
200
250
305
360
425
495
1 570
1 6545
730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HOST VEHICLE WEIGHT
9,900 TO 22,000 lbs.
HOST VEHICLE WEIGHT
> 22,000 Ibs.
< 45 MPH
45-55 MPH
> 55 MPH
< 45 MPH
45-55 MPH
> 55 MPH
100'
1 123'
1 172'
74'
100'
150'
2 D SEC 2,0 SEC
FIELD LOCATE 1 MILE IN
ADVANCE OF LANE CLOSURE SIGNING
SEE NOTE 4
CHANNELILATION DEVICE
SPACING feel
MPH
TAPER
TANGENT
50 0
40
90
35 45
30
60
25 30
20
40
--
- - ` - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ®- ® - ® - ®- -® - - �"'8 - ® - ® - - - - - --- -
® ®1
L 3-_' - - - - - - - ® - - - - AREA - - -
p - p h ®®e J -
_ X X t. 2L L B R 200'
48" 4g'
RgAD
WORK
HEA r
48" 41"
LEGEND W20-1 V-l(4g' W4-2(L)
TRAFFIC SAFETY DRUM TEMPORARY SIGN LOCATION
SEQUENTIAL ARROW SIGN W20-501
67CJ.. TRANSPORTABLEATTENUATOR
LF CI`,,1 =% PORTABLE CHANGEABLE MESSAGE SIGN
® TEMPORARY SIGN LOCATION (5' (FT) MOUNTING HEIGHT)
NOTES
1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. EXTEND DEVICE TAPER AT 1_13 ACROSS SHOULDER
3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANES,
4 USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT)
(RECOMMENDED).
5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
20' (FT).
6 ALL SIGNS ARE BLACK ON ORANGE.
am at
DRAFfEG: J HUYNH
DRAWING VERSION! REVISION LOG
ND DATE IREV ISION
2021 PAVEMENT REPAIR
�"p 11212
Federal Way
DESIGNED: J.HUYNH
1f
Garners on Opliry
= iii S.kam.
`
DOUBLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
TCP4
]3]25 BTH AYES FEDELWAY
RAWAY WAWA 9BW]
PHONE
Irw`rq�
�'
WWW GITYOFFEDEPAL\YAY.COh1
EDER LWAY.
- 1�
APPROVED O WINHLCR
21 of n
CHANNELIZATION DEVICE
SPACING Feel
TAPER TANGENT
A 40 80
35 45 30 80
2500 1 20 1 40
4W
DAD
WORN
H
'tlP 4tl" ♦,
onaa
UR3
'aP 4N'
%OSW
1 P4[PATQp
rDs oa
yr +7 x
� w2o 7e W20-7A
MINIMUM TAPER LENGTH = L (feet)
LANE
WIDTH
(Teel)
Posted Speed (mph)
25
30
35
40
45
50
55
60
65
70
10
150
205
270
450
500
550
11
�125
165
225
295
495
550
605
660
-
--
12
1B0
245
320
540
600
660
720
-
-
4Tr
aL
PlryYA%7CJB 1 A V
TG 5 G. HF
4v 4B' CLOSED
r AHEAD
W20-7B Ar
4B'
CAD
a,• I w_8 Sr7 WORK
W 20 7A i A
+p' 48"
X X WO 2IL) W201
R U L X X X
A
-
. . . . . . . _ . _ _ _ _ _ _ _ _ _ _ _ _ _ . a 4 ago.. caao'u a D o-o-d_rl'CL U
BtltIFStlCtli941�D
-17 0 00 38n L 4o D u
x x X L U2 x x
uz
12
46' 4M 4tl' D II
U
R
LVaKK �„ ■■■■■■;
i
4tl' Jb' 41r
W'20 t
THT LA . 6E W20.7A
GLOSEO 1 PFEPARED 0pM9JN9 1
E T6$xw %Dta OT
4N' Air 41 r '8P
NE L eT-OSW
W265R V120-79 ROAD
AHEAD -
4V
LEGEND WNW v ROAD
WORK
f{ FLAGGING STATION H
p TEMPORARY SIGN LOCATION
D CHANNELIZING DEVICES
[V,> SEQUENTIAL ARROW SIGN
PROTECTIVE VEHICLE - RECOMMENDED
® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)
Cfl'V OF
49
Federal Way
Centered on Opportunity
3n25 BTH AVE s FEDERAL WAY WA BB003
PHDNE (2531BM-2700 N�rr�e�Nla
WWW CITYOFFEDERALWAY.CONI EYGWnFwit
ae•
Wx4.7
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
1 35
40
45
50
55
60 1
65
1 70
LENGTH (feet)
1 155
200
1 250
305
360
425
495
570
645
1 730
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HOST VEHICLE WEIGHT
9.900 TO 22 000 lbs.
HOST VEHICLE WEIGHT
> 22.000 IDS,
< 45 MPH
45-55 MPH
> 55 MPH
< 45 MPH
45-55 MPH
> 55 MPH
100'
1 123-
172'
74'
100,
150'
PROTECTIVE VEHICLE (WORK VEHICLE) = R
NO SPECIFIED DISTANCE REQUIRED
SIGN SPACING = XAl)
RURAL HIGHWAYS SO / 65 IJF,I 504'
RURAL ROADS 45 / 55 MPH 500' 7
RURAL ROADS i URRAN ARTERIALS 35 / 40 MPH 350' T
RURAL ROADS a URBAN ARTERIALS 25 / 30 MPH 200' ? (� 1
RESIDENTAL & BUSINESS DISTRICTS
URBAN STREETS
..IA117AAAe tq{pggTgq���p2Rp5� IMPH
HyOR LESS Too, ? (2
I��i+�Llj REDl10E+31N LHipMI�ARE+S TO FIT RCHANGE
1 OPTIONAL IF 40 MPH OR LESS
NOTES
RECOMMEND EXTENDING DEVICE TAPER (L13) ACROSS SHOULDER.
IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE"
OR TURNED OFF DURING FLAGGING OPERATIONS
MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS
WITHIN WORK AREA LIMITS.
ALL SIGNS ARE BLACK ON ORANGE.
TC15 INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY
N.T.S
DRAFTED: J,HUYNH DRAWING VERSION I REVISION LOG LIif PROJECT ».
2021 PAVEMENT REPAIR 11212
KO. DATE REVISION
DESIGNED: JJiUYNH
RF' 111:41.lIMf& INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY TCP15
-PROWO a.YWP{iLR ____ 22 o 22
AUTHORIZATION TO ACT ON BEHALF' OF
MILES RESOURCES, LLC
A WASHINGTON LIMITED LIABILITY COMPANY
WHEREAS, Miles Resources, LLC (the "Company") is a Washington limited liability company
organized for purposes of (among outer things) managing and operating business assets used in connection
with the Company's construction, paving and related activities;
WHEREAS, all authority to operate the business and affairs of the Company is vested in one or
more mangers, and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby
(hereinafter the "Managers");
WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day-
to-day operations of the company to the individuals identified below;
NOW THEREFORE, be it resolved as follows:
RESOLVED, that the Managers hereby delegate a ponion of their authority to the "Operations
Managers: of the Company named below;
RESOLVED, that each of the Operations Managers, acting individually, shall have the power and
authority to manage the day-to-day business of the company. Without limiting the generality oFthe
foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts
on behalf of the Company, sign documents relating to such contracts, and la engage in any other acts
related to the Company's day-to-day operations,
RESOLVED, that Angela Reis is hereby removed as Operations Mangers of the company.
Fur the purpose orexecution of the Authonzi iiott, a facsimile or electronically scanned signature
shatl have the same Force and effect as an original signature. This Agreement may be executed in one or
more counterparts, all of which shall be considered one and the same Agreement.
SIGNED and EFFECTIVE this 1" day of August. 2018
MILES RE�SOURC//ES, LLC
OPERATIONS MANAGERS
By: Walt Miles
Its: Manager and Member
far dlc ifft
Geralions Manager
By: Lisa Kittilsby
Its: Manager and Member
Krystal Amos
Controlter/Operations Manager
By: Tim Kittitsby
Its: Manager
4/6/2021 Washington State Department of Revenue
Washington State Department of Revenue 10
< Business Lookup
License Information: New search Back to results
Entity name: MILES RESOURCES LLC
Business name: MILES RESOURCES
Entity type: Limited Liability Company
UBI #: 602-870-349
Business ID: 001
Location ID: 0001
Location: Active
Loca secretary of State Information X
Ma it
Business name:
Excil UBI #:
secn
MILES RESOURCES LLC
602-870-349
Active/Inactive: Active
Ens State of incorporation: WASHINGTON
, WA filing date: 10/6/2008
Curl Expiration date: 10/31/2021
Nc
Inactive date:
is'.icl
i or For more information, visit the Secretary of State website.
puin qT071 t ehera SUS np5—i -
Non -Resident
DuPont General Business - 774
Non -Resident
Eatonville General Business -
Non -Resident
Edgewood General Business -
Non -Resident
Enumclaw General Business - GUST00007303
Non -Resident
Close
ArtivF
Oct-31-1021
Iul-114M r
Active
Oct-31-2021
Oct-28-2010
Active
Oct-31-2021
Jun-23-2011
Active
Oct-31-2021
Mar-17-2014
Active
Oct-31-2021
Mar-26-2015
https://secure.dor.wa.gov/gteunauth/—,/#4 1/2
4/6/2021
Washington State Department of Revenue
Endorsements held at this locatio License #
Count Details Status
Expiration date
First issuance da
Federal Way General Business - 09-104415-00-BL
Active
Oct-31-2021
Nov-13-2009
Non -Resident
Fife General Business - Non-
Active
Oct-31-2021
Nov-13-2013
Resident
Fircrest General Business -
Active
Oct-31-2021
Dec-02-2019
Non -Resident
Gig Harbor General Business -
Active
Oct-31-2021
Nov-18-2009
Non -Resident
Kirkland General Business - OBL29457
Active
Oct-31-2021
Feb-28-2018
Non -Resident
Lacey General Business - Non- 18567
Active
Oct-31-2021
Dec-31-2009
Resident
Lakewood General Business - BL16-00163
Active
Oct-31-2021
Mar-23-2016
Non -Resident
Governing People May indode governing people not registered with Secretoryof kate
Governing people
Title
KITTILSBY, LISA
KITTILSBY, TIM
MILES, WALT
Registered Trade Names
Registered trade names
Status
First issued
MILES RESOURCES
Active
Mar-04-2015
View Additional Locations
The Business
Lookup information is updated nightly. Search date and time: 4/6/2021 11:40:56 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/_/#4 2/2
811212021 Corporations and Charities System
� ,r ssCl�irf R�yns-and Charities Filing system
fq- 11 rkr"1'IIOwl:1i1:1►►_NI[a]1I
MILES RESOURCES LLC
602 870 349
WA LIMITED LIABILITY COMPANY
ACTIVE
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
1013112021
UNITED STATES, WASHINGTON
IDT1111iI1Ui l
PERPETUAL
CONSTRUCTION
REGISTERED AGENT INFORMATION
https://cds.sos.wa,gov/#IBusinessSearch/Businessl nformation
Business Name:
UBI Number:
Business Type:
Business Status:
Principal Office Street Address:
Principal Office Mailing Address:
Expiration Date:
Jurisdiction:
Formation/ Registration Date:
Period of Duration:
Inactive Date:
Nature of Business:
112
8/12/2021
Corporations and Charities System
Registered Agent Name:
TIMOTHY KITTILSBY
Street Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
Mailing Address:
400 VALLEY AVE NE, PUYALLUP, WA, 98372-2516, UNITED STATES
GOVERNORS
Title
Governors Type
Entity Name First Name
Last Name
GOVERNOR
INDIVIDUAL
TIM
KITTILSBY
GOVERNOR
INDIVIDUAL
LISA
KITTILSBY
GOVERNOR
INDIVIDUAL
WALT
MILES
Back
Filing History , Name History Print .Return to Business Search
https://cds.sos.wa.gov/#/BusinessSearch/Businessinformation 212