Loading...
AG 22-091 - PUGET PAVINGRETURN TO: PW ADMIN EXT: 2700 ID #: 4239 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Capital Projects 2. ORIGINATING STAFF PERSON: Jeff Hu ..nh EXT: 2721 3. DATE REQ. 131 : ASAP 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) © PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 22-091 ❑ INTERLOCAL ❑ OTHER 4. PROJECTNAME:2022 PAVEMENT REPAIR PROJECT 5. NAME OFCONTRACTOR: Pu et Paving & Construction, Inc. _ ADDRESS:10910 26th Ave S. Lakewood, WA 98499 TELEPHONE:253-474-5616 E-MAIL: Stef8rl(U�eLI- a rminq.com FAX: SIGNATURENAME: Stefan Gehring TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-104926-00 BL EXP.12/31/ UBI # 600403309 . EXP. 04MO/23 7. TERM: COMMENCEMENT DATE: ') lw 1I;? COMPLETION DATE: December 31 2023 8. TOTAL COMPENSATION: $343 2550.30 = 317 943.40+25J 306.90 (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: 070508 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER JH/4/28/2023 DlglWlly Mg�rE by WMM M 6 DIVISION MANAGER e Dale: M3.05.1214.4 a Q1W 6 DEPUTY DIRECTOR DSW 5/12123 6 DIRECTOR - ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA 5/15/2023 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 7/11/22 COMMITTEE APPROVAL DATE: 7/11/22 SCHEDULED COUNCIL DATE: 7/19/22 COUNCIL APPROVAL DATE: 7/19/22 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: b I 2 DATE REC' D: GJ Lv '2 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECTOR) TO Zfl2.3 ❑ CITY CLERK l"t(ZOrL�S ❑ ASSIGNED AG # AG# ogi P1 ❑ SIGNED COPY RETURNED DATE SENT:�� COMMENTS: EXECUTE " " ORIGINALS 1/2020 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 11223 AG# 22_-091 PROJECT NUMBER A G R E E-M-E N T NUMBER 1 tIte�2-3 CHANGE ORDER NUMBR EFFECTIVE DATE PUGET PAVING & 2022 PAVEMENT REPAIR PROJECT CONSTRUCTION, INC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: Change Order #1 provides to delete Schedule B - S 2881h St and Schedule C — Military Road S (N) Flagger's hours and Erosion/Water Pollution Control as shown below. These items were not needed to complete the work. This Change Order #1 also adds a new Schedule H — Weyerhaeuser Way S Pavement Repairs to the project as shown in the attached plans. This bid schedule was included in the original bid, but not included in the original award given lack of funds. 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 TOTAL QUANTITIES WILL BE DELETED AS FOLLOWS: SCHEDULE B — S 288TM ST Item No. Specs Unit HR Quantity -127 Unit Price $72.00 Total Bid -$9,144.00 4 1-10 Flaggers 8-01 Erosion/Water Pollution Control 11 FA -1 $3,000.00 -$3,000.00 Schedule BTotal = -$12,144.00 SCHEDULE Item No. C — MILITARY ROAD S (N) Specs Unit Quantity Unit Price Total Bid 4 1-10 1 Flaggers HR -92 $72.00 -$6,624.00 11 1 8-22 1 ErosioNWater Pollution Control j FA j -1 1 $3,000.00 1-$3,000.00 Schedule C Total = $9,624.00 Total =-$21,768.00 CHANGE ORDER AGREEMENT Rev. '8/19 NEW SCHEDULE AND ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: SCHEDULE H — WEYERHAEUSER WAY S Item Specs Description Unit Quantity Unit Price $1,500.00 Total Bid $1,500.00 1 1-09 Mobilization LS 1 2 1-10 Traffic Control Supervisor LS 1 $2,000.00 $2,000.00 3 1-10 Project Temporary Traffic Control LS 1 $2,000.00 $2,000.00 4 1-10 Flaggers Other Traffic Control Laborer HR' 30 $72.00 $2,160.00 5 1-10 HR 2.5 $72.00 $180.00 6 1-10 Sequential Arrow Sign HR 10 $40.00 $400.00 7 2-03 Roadway Excavation Incl. Haul i HMA Cl. Y" PG 581-1-22 for Pavoment Repair CY 51.8 $280.00 $14,498.40 8 5-04 TN 106.1 $225.00 $23,881.50 9 18-01 i Inlet Protection Insert EA 7 $65.00 $455.uu Total Estimate = $47,074.90 TOTAL NET CONTRACT: ,INCREASE $ DECREASE $ 25,306.90 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 317,94140 THIS CHANGE ORDER $ 25 306.90 NEW CONTRACT AMOUNT $ 343,250.30 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. PUBLJC WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 2 Rev. 8/19 'Weyerhaeuser Way S Additional Pavement Repair - Phase 2 Engineers Estimate Item No. I Specs Item Description Unit Plan Qty Unit Price Total Bid 1 1-09 (MOBILIZATION LS 1 $1,500.00 $1.500.00 2 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $2,000.00 $2,000.00 3 1-10 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 $2,000.00 $2,000.00 4 1-10 FLAGGERS HR 48 $72.00 $3,456.00 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 6 $72.00 $432.00 6 1-10 SEQUENTIAL ARROW SIGN HR 16 $40.00 $640.00 7 2-03 ROADWAY EXCAVATION INCL. HAUL CY 53.0 $280.00 $14,840.00 8 5-04 HMA CL. 1A IN PG 58H-22 FOR PAVEMENT REPAIR TN 109.0 $225.00 $24,525.00 9 8-01 INLET PROTECTION INSERT EA 7 $65.00 $455.00 Total Estimate = $49,848.00 Location Direction Street Name Length (Ft) Width (Ft) Depth (Ft) Volume (CY) TN 1 SB Weyerhaeuser Way S 90 4 0.5 6.7 13.7 2 NB Weyerhaeuser Way 164 4 0.5 12.1 25.0 3 SB Weyerhaeuser Way S 140 8 0.5 20.7 42.6 4 SB Weyerhaeuser Way S 36 4 0.5 2.7 5.5 5 NB Weyerhaeuser Way 5 (Roundabout) 40 8 0.5 5.9 12.2 6 NB Weyerhaeuser Way 36 4 0.5 2.7 5.5 7 NB Weyerhaeuser Way 30 4 0.5 2.2 4.6 53.0 109.0 RETURN TO: PW ADMIN EXT: 2700 ID #: 4102 / 4124 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIV: PUBLIC WORKS/STREET 2. ORIGINATING STAFF PERSON: JEFF HUYNH EXT: 2721 3. DATE REQ. BY:_ 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER 4. PROJECT NAME:2022 PAVEMENT REPAIR PROJECT 5. NAME OF CONTRACTOR: Puget Paving & Construction, Inc. ADDRESS: 10910 26th Ave S, Lakewood, WA 98499 TELEPHONE: 253-474-5616 E-MAIL: stefan(d)Dwetroyinp C m FAX: SIGNATURE NAME: Stefan Gehrina TITLE: President 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 14-104926-00 BL, EXP. II2/3I/ UBI # 600403309 , EXP. 04/30W 7. TERM: COMMENCEMENT DAI-E: TBD COMPLETION DATE: 8. TOTAL COMPENSATION: $ 317,943.84 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT:. ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 101-4400-240-542-50-650 9. DOCUMENT / CONTRACT REVIEW A PROJECT MANAGER 6 DIVISION MANAGER 4 DEPUTY DIRECTOR 6 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 8 LAW DEPT INITIAL / DATE REVIEWED JH/5/10/2022 am em 20]205 tI 13 <YIILT'00 DSW 5/11122 KVA 5119/2022 INITIAL / DATE APPROVED JHM14/22 r Dtoolly Hrad by Chn bm M M J Dale: 2022 OT X V-07'15-OnW DSW 7/27122 DSW 7/29/22 KVA 7/28/2022 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 7/11/22 COMMITTEE APPROVAL DATE: 7/11/22 SCHEDULED COUNCIL DATE: 7/19/22 COUNCIL APPROVAL DATE: 7119/22 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC, D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT 8 LAW DEPT A }0 Ott 8 SIGNATORY (MAYOR OR DIRECTOR) f W1L A CITY CLERK iI ASSIGNED AG SIGNED COPY Plq�IKO lil DATE SENT: 61 1� T�j COMMENTS: EXECUTE 1. "ORIGINALS 1 /2020 41k CITY Federalo. Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2022 PAVEMENT REPAIR PROJECT PROJECT # 11223 RFB # 22-005 City of Federal Way PUBLIC WORKS DEPARTMENT 33325 8th Avenue South Federal Way, WA 98003 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-1 PROJECT #11223 CFW RFQ VERSION 2020-JUNE BID AND SMALL PUBLIC WORKS CONTRACT AND SPECIFICATIONS FOR 2022 PAVEMENT REPAIR PROJECT PROJECT # 11223 Quotes Accepted Until 10:00 a.m., June 29, 2022 Prepared By: City of Federal Way PUBLIC WORKS DEPARTMENT The contract plans and specifications for this Project have been reviewed and approved by: N94* s }- J Ly EJ Wanh PE Dx-GbJS /(/ •!/� F�garalahgpchyurm7enw,aY.wm n,.clr�- •.F�dpf�l Wal' OIJ�P�fe LYcras O"vec� CN-TJ Walrh, PE' a sn: aR Public Works Director / Deputy Public Works Director E 39804 +� �I8T15►�,'�:'i� :3. rorVEite" CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-2 PROJECT #11223 CFW RFQ VERSION 2020-JUNE TABLE OF CONTENTS PAGE NOTICETO CONTRACTORS................................................................................................................................4 INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................5 QUOTE.................................................................................................................................................................... 7 SUBCONTRACTORLIST....................................................................................................................................17 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................18 SMALLPUBLIC WORKS CONTRACT...............................................................................................................20 SAMPLECONTRACT CHANGE ORDER...........................................................................................................27 CERTIFICATEOF INSURANCE..........................................................................................................................29 PERFORMANCEAND PAYMENT BOND...........................................................................................................30 CONTRACTOR'S RETAINAGE OPTION..................:.:.........................................................:................:............32 RETAINAGE BOND TO CITY OF FEDERAL WAY .................. ......... ,....... ......... ................. ..... ...... .................... .33 INTRODUCTION TO THE SPECIAL PROVISIONS (APPENDIX A)....................................................................... STANDARD PLANS AND DETAILS (APPENDIX B).............................................................................................. PREVAILING WAGES AND BENEFIT CODE KEY (APPENDIX C)....................................................................... PROJECT PLANS CITY OF FEDERAL WAY ................................... -... ............................... BOUND SEPARATELY 2022 PAVEMENT REPAIR PROJECT RFQ-3 PROJECT #11223 CFW RFQ VERSION 2020-JUNE NOTICE TO CONTRACTORS 2022 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 proiect and will be awarded under the small works roster process. PURPOSE. The City of Federal Way ("City") is requesting quotes for the 2022 Pavement Repair Project Quotes will be received via email only to Ply.` on June 29, 2022 at 10:00 a.m. Quotes received after that time and date will not be considered. This project shall consist of: 2022 Pavement Repair including roadway excavation, HMA Cl. '/2" PG 58H-22 for pavement repair, and channelization at various locations within the 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 31, 2022. BID DOCUMENTS: Plans, Specifications, and Addenda can be found at htt[)s://vvww.cityofederalway.com/bids. QUESTIONS: Any questions must be directed to Jeff huynh, Capital Engineer, by email at Jeff. Huyn h@cityoffederalway.com. OTHER PROVISIONS: All quotes and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2022 (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 2022 PAVEMENT REPAIR PROJECT RFQ-4 PROJECT #11223 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.Huynh@cityoffederalway.com Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) QUOTE PRICE The quote price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF QUOTE OPENING The City reserves the right to postpone the date and time for receiveing the quotes by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any quote for any reason including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any quotes and/or to reject all quotes. In consideration for the City's review and evaluation of its quote, the bidder waives and releases any claims against the City arising from any rejection of any or all quotes. If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. (8) BIDDER'S CHECKLIST CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-5 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 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 — Wade 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. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ® Small Public Works Contract: The successful bidder will fully execute and deliver to the City the Small Public Works Contract ("Contract") from these Bid Documents. Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. �,[Vi c �4 _ �PerformancelPayment Bond: The successful bidder will provide a fully executed �C Performance/Payment Bond as appropriate or in lieu of a bond, option to authorize the City to retain ten percent (10%). X Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City ,s�l�a, the Contractor's Retainage Option. Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful Co,,,V�e 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 2022 PAVEMENT REPAIR PROJECT RFQ-6 PROJECT #11223 CFW RFQ VERSION 2020-JUNE QUOTE 2022 PAVEMENT REPAIR PROJECT QUOTE SUBMITTED VIA EMAIL TO: PW Bids(g-AcityoPie-ieglway cam Subject line "Bid Submittal — 2022 PAVEMENT REPAIR PROJECT" QUOTE SUBMITTED BY: Bidder: Puget Paving & Construction, Inc. Full Legal Name of Firm Contact: Stefan Gehring Individual with Legal Authority to sign Bid and Contract Address: 10910 26th Ave. S. Street Address Lakewood, WA 98499 City, State Zip Phone, 253-474-5616 E-Mail: Stefan@pugetpaving.com Select One of the Following State Contractor's License No.: n Corporation ❑ Partnership. ❑ Individual ❑ Other PUGETPC191 LS State Contractor's License Expiration Date: 06 / 11 / 24 Month Day Year State UBI No.: 600403309 State Worker's Comp. Account No. 390,225-00 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-7 PROJECT #11223 CFW RFQ VERSION 2020-JUNE NOTE: All entries shall be written in ink or typed. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts). All Figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or this bid may be considered non -responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. SCHEDULE A: WEYERHAEUSER WAY S All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-09 MOBILIZATION TRAFFIC CONTROL SUPERVISOR LS 1 '$ (r#000.00 $ W-000.00 2 1-10 LS 1 $ 3 1-10 OTHER TEMPORARY TRAFFIC LS 1 $ (Oy(012, 4`i $ I p1 b1Z •`-1'i CONTROL 4 1-10 FLAGGERS HR 252 $ `72,ap 5 I ! 1-10 OTHER TRAFFIC CONTROL LABOR HR 9 $ 71 , a 0 $ (oyt', 00 6 1-10 SEQUENTIAL ARROW SIGN HR 90 :$ its p $ 1,415.00 7 1-10 PORTABLE CHANGEABLE MESSAGE HR 90 $ $ SIGN i1:.5� I,N$S.00 8 2-01 ROADSIDE CLEANUP FA 1 $3,000.00 $3,000.00 9 2-02 SAWCUTTING LF 4,190 $ 1.0tD $ H , 19 0, 00 10 2-03 ROADWAY EXCAVATION INCL. HAUL CY 194 $ (fs 0.00 $ 34 r1Z0.80 11 5-04 HMA CL.'/2 IN PG 58H-22 FOR TN 400 $ "2-kG. 0 $ S"'t,000.00 PAVEMENT REPAIR 12 8-01 EROSION/WATER POLLUTION FA 1 $3000.00 $3000.00 CONTROL 13 8-01 INLET PROTECTION INSERT EA 18 $ toS_0 0 $ 1 t1-10.00 14 8-09 RAISED PAVEMENT MARKER, TYPE 2 HUND 0.3 $-Z0 $ fS61 .DO 15 8-09 HYDRANT MARKER, TYPE 2 EA 2 $ SQ'.00 $ kilo .0 d 16 8-22 PLASTIC LINE LF 322 $ 11.00 $ 31S41,00 17 8-22 PLASTIC WIDE LINE LF j i 67 `$ 'M A0 $ YA-74.OV CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-8 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 18 8-22 IPLASTIC CROSSWALK LINE SF I 20 $ �;(0.0a {$ 111-Zo.oa TOTAL -SCHEDULE AI$ I9(,133,yy SCHEDULE C: MILITARY ROAD S (N) All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Unit Plan Unit Price Amount No. Div. I Qt 1 1-09 MOBILIZATION TRAFFIC CONTROL SUPERVISOR OTHER TEMPORARY TRAFFIC LS 1 $ 10'000.00 $ jpi 000.00 2 1-10 LS 1 1 $ S,000 , 00 $ S Opp ,p0 3 1-10 LS $ Z ZZ.dO "2� 1'L2.00 CONTROL FLAGGERS i$ 4 1-10 HR 180 $ 12,0o '$ 1Zfgb0.08 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 4 $ �Z .O p $ La.0- 6 1-10 SEQUENTIAL ARROW SIGN HR 54 $ �� ,c, 0 $ "1,00 7 1-10 PORTABLE CHANGEABLE MESSAGE HR 54 $ IfSD $ e9 L.G. S 8 2-02 i SAWCUTTI NG LF 1,768 $ l .p 0 :$ 9 2-03 J ROADWAY EXCAVATION INCL. HAUL CY 32 $ I$ p .00 $ 10 5-04 HMA CL.'/z IN PG 58H-22 FOR TN 65 $ Z,Sp.po $ 16 250.00 PAVEMENT REPAIR I 11 8-01 EROSION/WATER POLLUTION FA 1 $3000.00 '$3000.00 CONTROL 12 8-01 INLET PROTECTION INSERT EA 5 $ I$ oo 13 8-09 RAISED PAVEMENT MARKER, TYPE 2 : HUND 0.1 $ Z%T 10100 $ 2Ite, .©O 14 I 8-09 HYDRANT MARKER, TYPE 2 EA 1 $ 5� mp $ 57g,o o 15 8-22 PLASTIC LINE LF 56 $ SS�0 $ 3�p 8'b.00 16 8-22 PROFILED PLASTIC WIDE LINE LF 19 $ ,s _ _ 17 I 8-22 PLASTIC STOP LINE I, LF 8 $ kl0.vo $ 2:'T0.0 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-9 PROJECT #11223 CFW RFQ VERSION 2020-JUNE L18 8-22 PLASTIC ARROW - I I EA 3 $ (004.00 TOTAL - SCHEDULE C S k0410010160 SCHEDULE D: MILITARY ROAD S (S) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-09 ;MOBILIZATION LS 1 $ 2 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ S000,pp $ �000,00 3 M 1-10 IIII IOTHER TEMPORARY TRAFFIC CONTROL ` I LS 1 $ pp0 00 $ $ ppp -60 !$ t�,otb•oo 4 1-10 FLAGGERS HR 153 $ ?Z.na 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 6 $ 1'L .00 $ 6 1-10 SEQUENTIAL ARROW SIGN HR0 1$ )4 sly F i $ �"k &5-'oo 7 1-10 PORTABLE CHANGEABLE MESSAGE SIGN HR 90 $ ((o,S0 $ ►y $S,OD 8 2-02 SAWCUTTING LF 2,192 $ l $ Z 1� �Z ,0 c 9 2-03 ROADWAY EXCAVATION INCL. HAUL CY i 43 ;$ `x0 $ 77.40 1140,06 10 5-04 HMA CL.'/2IN PG 58H-22 FOR PAVEMENT REPAIR TN 87 $ Z-LS.00 $ 11 8-01 EROSIONIWATER POLLUTION CONTROL FA 1 $3000.00 $3000.00 12 8-01 INLET PROTECTION INSERT EA 16 $ �oS,DO $ \1py0,00 13 8-09 RAISED PAVEMENT MARKER, TYPE 2 HUND 0.3 $ \,pO0,00 $ -3 O o .o Q 14 8-09 HYDRANT MARKER, TYPE 2 EA 2 $ 519•4ao $ kU4 .Ob 15 8-22 i PLASTIC LINE LF 192 $ ��,pv $ Z��12„Op 16 8-22 PROFILED PLASTIC LINE LF 318 $ 1 k •00 $ 3�y9 g , 06 17 8-22 PLASTIC WIDE LINE LF 36 $ 'Z-L-oo $ i q2 .Oct CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-10 PROJECT #11223 CFW RFQ VERSION 2020-JUNE TOTAL — SCHEDULE D ALTERNATE Al, SCHEDULE E: REDONDO WAY S All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. j Plan No. Div. Bid Item Description Unit Qt Unit Price Amount 1 1-09 MOBILIZATION LS 1 $ �1�SD_00 ,$ \,l0S0.00 2 1-10 ;TRAFFIC CONTROL SUPERVISOR LS 1 $ zjLt" ,00 $ Z,y50,00 3 1-10 (OTHER TEMPORARY TRAFFIC CONTROL LS 4 1-10 FLAGGERS HR 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 6 1-10 SEQUENTIAL ARROW SIGN HR 7 1-10 PORTABLE CHANGEABLE MESSAGE SIGN HR 8 9 10 11 1 I$ s00 , oa I$ 9-00. 00 18 1$ -7-L-00 $ 1,2y4,00 2 $ 12,00 $ tyLj,0 0 18 $ 18 $ ��,sl, �$ Zcj�.Co 2-02 ISAWCUTTING LF 48 $ \ , m� $ L% 2-03 (ROADWAY EXCAVATION INCL. HAUL CY 3 I $ 1,5100,43o !$ L1,SOO.00 5-04 HMA CL. 1/2IN PG 58H-22 FOR PAVEMENT TN 6 i$ 9 (g0 00 REPAIR PLASTIC LINE — LF 30 , 1$ je3,00 $ Z `i90 0(0 � 8-22 TOTAL— SCHEDULE EI$ \g1y'32 pp ALTERNATE A2, SCHEDULE F: SW CAMPUS DR All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description `Unit I Plan Qt Unit Price Amount 1 1-09 MOBILIZATION LS 1 $ 2_11 O0.00 $ -Z1100.00 2 1-10 TRAFFIC CONTROL SUPERVISOR BOTHER TEMPORARY TRAFFIC CONTROL LS 1 $ Z;15b.00 $ 7-1450 , oo 3 1-10 LS 1 $ 5-00 ,Oo $ j'O0 0,0 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-11 PROJECT #11223 CFW RFQ VERSION 2020-JUNE I 4 1-10 FLAGGERS HR 50 $ -77—oO $ 5 1-10 OTHER TRAFFIC CONTROL LABOR 1111 HR 4 I$ 7 2.00 $ 2g8", oo 6 1-10 !SEQUENTIAL ARROW SIGN HR HR 18 54 I$ �,SO 1$ g9 (.op 7 1-10 PORITABLE CHANGEABLE MESSAGE .SIG 2-02 SAWCUTTING LF 8 62 I$ i .Op $ �7 9 2-03 ROADWAY EXCAVATION INCL. HAUL CY 3 $ l,sop.00 $ Lk, L5oo.aa 10 5-04 HMA CL. '/z IN PG 58H-22 FOR PAVEMENT TN 6 I$ 11#0,00 $ 00 0• S,?io------------ REPAIR 11 8-01 INLET PROTECTION INSERT EA 2 $ {,9,00 $ 130�ao 12 8-22 iPLASTIC STOP LINE 1PLASTIC CROSSWALK LINE LF 6 $ 110.0a $ bb0.00 13 8-22 SF 21 $ TOTAL -SCHEDULE F $ ZZ� y�y.op ALTERNATE A3, SCHEDULE G: S 344T" ST All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Plan Unit Q Unit Price Amount 1 1-09 MOBILIZATION 'TRAFFIC CONTROL SUPERVISOR LS 1 $ "L,100.06 1$ Z'10o-00 2 1-10 LS 1 $ $ ? ,ys0,00 3 1-10 OTHER TEMPORARY TRAFFIC CONTROL LS 1 $ SSA-po �$ 4 1-10 =FLAGGERS HR 18 $ 11.00 $ k'zo 1p,po 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 2 $--1-L.00 $ 1y,j.00 6 1-10 SEQUENTIAL ARROW SIGN HR 18 $ (p• S-0 $ -Zq-Z 0b 7 1-10 RTABLE CHANGEABLE MESSAGE HR 36 $ (p, 5 $ 59 S y.00 8 2-02 SAWCUTTING LF 166 $ CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-12 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 9 2-03 ROADWAY EXCAVATION INCL. HAUL CY 13 $ 3y sic o $ Lk.,jK. 10 5-04 HMA CL. '/2 IN PG 581-1-22 FOR PAVEMENT REPAIR TN 26 $ 2g0,00 $ -7,540.00 11 8-01 INLET PROTECTION INSERT EA 2 $ QS,00 $ 130,00 12 8-22 PLASTIC LINE LF 120 1$ 2Zrio $ 7"-100•00 TOTAL— SCHEDULE GI$ a'gol ,00 ALTERNATE A4, SCHEDULE B: S 288TH ST All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Unit Plan Unit Price Amount No. Div. MOBILIZATION Q 1 1-09 LS 1 $ ZCS00_00 $ 7-,7e0,00 2 1-10 TRAFFIC CONTROL SUPERVISOR LS 1 $ 3:3s0.00 $ 3,750.00 3 1-10 OTHER TEMPORARY TRAFFIC LS 1 $ (,600.oO .$ 000 ,od CONTROL FLAGGERS 4 1-10 HR 126 $ -7Z-OO $ 5 1-10 OTHER TRAFFIC CONTROL LABOR HR 4 $ -Tj_p0 $ 2S'g.p0 i 6 1-10 SEQUENTIAL ARROW SIGN HR 36 $ (t'p.SO $ 51q.6o 7 1-10 PORTABLE CHANGEABLE MESSAGE HR 36 $ � (p,� $ S� `1 ,Oo SIGN SAWCUTTING 8 J 2-02 LF 1,336 $ 1,00 $ 03(# .00 9 2-03 ROADWAY EXCAVATION INCL. HAUL CY 46 $ ( &p ,Oo $ �,Z�1 e0 10 5-04 HMA CL. '/2 IN PG 581-1-22 FOR PAVEMENT REPAIR TN 95 $ o Z-`O ' o $ ��,�� •O0 11 8_01 EROSIONMATER POLLUTION FA 1 $3000.00 $3000.00 CONTROL INLET PROTECTION INSERT 12 8-01 EA 11 $ bs,0o $ 'j lS,oc 13 8-09 RAISED PAVEMENT MARKER, TYPE 2 HUND 0.1 $ 2�g90.00 $ 14 8-09 (HYDRANT MARKER, TYPE 2 EA 1 I $ sg•,vo $ sg •oo CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-13 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 15 1 8-22 (PLASTIC LINE LF 324 $ ( ("O0 TOTAL —SCHEDULE BLS S41590,00 BID SUMMARY I ITEM BID AMOUNT SCHEDULE A: WEYERHAEUSER WAY S $ 1°�(p 233 , yy i SCHEDULE C: MILITARY ROAD S (N) I $ ( 01 0 q 0, Oct SCHEDULE D: MILITARY ROAD S (S) $ 55,620.40 TOTAL BASE BID AMOUNT $ 317,943.84 i ALTERNATE Al, SCHEDULE E: REDONDO WAY S ALTERNATE A2, SCHEDULE F: SW CAMPUS DR $ y 4 $ 00 -Z-z-1LAky•00 ALTERNATE A3, SCHEDULE G: S 344T" ST $ 'L-Z i LA O Z .0 O ALTERNATE A4, SCHEDULE B: S 288TH ST $ 54 . S9 0.00 TOTAL ALTERNATIVE BID AMOUNT $ TOTAL BID AMOUNT $ (including Washington State sales tax, all other -5 g9vernment taxes_ assessments and charges) i 436,781.84 — i 1 The documents incorporated by reference, as if fully set forth, are the Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Notice to Contractors for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFO-14 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 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 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. -NJ A Date Issued: M / A 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-15 PROJECT #11223 CFW RFQ VERSION 2020-JUNE gy: /gnature Stefan Gehring Printed Name President Title CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-16 PROJECT #11223 CFW RFQ VERSION 2020-JUNE SUBCONTRACTOR LIST Local Agency Name CrrY OF FEDERAL WAY Local Agency Subcontractor List Local Agency Address Prepared ,n corrrptianct bwm PCr1/ 3s 30.060 as arrrerraed 33325 9TH AVE S FEDERAL WAY, WA 98003 To Be Submitted with the Bid Proposal Project Name 2022 Pavement Repair Project, Project #11223 Failure to list subcontractors with whom the bidder. if awarded the contract. will directly subcontract for performance of the work of heating, ventilation and air conditioning. plumbing, as described in Chapter 18.106 RCW. and electrical. as described in Chapter 19.28 RCW or naming mare than one subcontractor to perform the same work will result In your bid being non -responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air oonditioning, plumbing, as descrbed in Chapter 18.106 RCW, and electrical as described in Chapter 1928 RCW must be listed below. The wait to be performed is to be listed below the subcontractor(s) name To the extent the Project includes one or more cateaories of work referenced in RCW 39.30.060, and no subcontractor is lisred below to perform such work_ the bidder certifies that the work_+vill gilher III be performed by the bidder Itself, cw it be performed by a iower tier subcontractor_ who will not contract di►ectly with the Bidder, Subcontractor Name r" I >7 Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Perforated Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidders are notified that is the opinion of the enforcement agency that PVC or metal conduiL junction boxes, etc, are considered electrical equipment and'r•ereforr considered part of electrical worry. even if the installation is for future use and no wiring or electrical current is connected during the project - SIR DOT Form 271-015A EF Re-Owd 0B.-M12 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-17 PROJECT #11223 CFW RFC? 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: Stefan Gehring Print Full Legal Name of Firm By Stefan Gehring Signatu uthorized Per Print Name of Person Making Certifications for Firm Title, President Title of Person Signing Certificate Date: 06/28/2022 Place: Lakewood, WA. Print City and State Where Signed CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-18 PROJECT #11223 CFW RFQ VERSION 2020-JUNE PROPOSAL FOR INCORPORATING RECYCLED MATERIALS A a -a 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 matena/s is highly encouraged within the lim is 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 wdl be used as a tiebreaker, 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 Conductor should do its best to accomplish. Bidders wilt be required to report on recycled materials actually incorporated into the Prgect; in accordance with the APWA GSP in Section t -06.6 of the Special Provisions. Bidder. Puget Paving & Construction, Inc. Signature of Authorized Official: 4_ Date: 06/28/2022 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-19 PROJECT #11223 CFW RFQ VERSION 2020-JUNE SMALL PUBLIC WORKS CONTRACT THIS SMALL PUBLIC WORKS CONTRACT ("Contract") is dated effective this -b}day of Av 4��, 2022 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Puget Paving & Construction, Inc., a Washington Corporation ("Contractor"), for the project known as 2022 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 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 Three Hundred Seventeen Thousand Nine Hundred Forty -Three and 84/100 Dollars ($ 317,943.84), 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 2022 PAVEMENT REPAIR PROJECT RFQ-20 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain 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 provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-21 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 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. 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-22 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Notice to Contractors, the Instructions to Bidders and Checklists, the Contractor's Quote (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 8.8 Rssignmei}t. 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-23 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 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 Authoht /Di scretion/J udq ment. 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 ALA110rnty. 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. CONTRACTOR: Puget Paving & Construction, Inc. Attn: Stefan Gehring 10910 261h Ave S Lakewood, WA 98499 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-24 PROJECT #11223 CFW RFQ VERSION 2020—JUNE 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 2022 PAVEMENT REPAIR PROJECT RFQ-25 PROJECT #11223 CFW RFQ VERSION 2020-JUNE CITY OF FEDERAL WAY. ;r 1-i'4 Floe Ferrell, Ma r 33325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: % "A4i�-A4 ph nie Courtney, CMC, C Clerk APPROVED AS TO FORM: I —A — . Ryan Call, City ey f; NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF Pierce Signature of Authorized Individual Stefan Gehring Printed Name of Authorized Individual 10910 26th Ave. S. Street Address Lakewood, WA 98499 City, State, Zip On this day personally appeared before me Stefan Gehring, to me known to be the President of Puget Paving & Construction, Inc. 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 day of� 20_ tY �I 'C-::'- Nu LI 45'.��y�4111111f!l►r►►,. ���'=aai 0- 4'►k- CA ram❑(—iff ��<<•'SNG...` M ��',•. (typed/printed name of notary) ?r •' lonNotary Public in and for the StWe of Washington. w °P': My commission expires 0-T/1 L I Z i- :70: = No_TAR1- `frfF WAS, ►►```� ��►rye � i u � � H��N CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-26 PROJECT #11223 CFW RFQ VERSION 2020-JUNE SAMPLE CONTRACT CHANGE ORDER PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is CONTRACTOR ❑ Unchanged ❑ Increased by_ Working Day(s) ❑ Decreased by _ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: IINCREASE $ 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 claims by the CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-27 PROJECT #11223 CFW RFQ VERSION 2020-JUNE 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 PUBLIC WORKS DIRECTOR DATE DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project will use this farm. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-28 PROJECT #11223 CFW RFQ VERSION 2020-JUNE CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-29 PROJECT #11223 CFW RFQ VERSION 2020-JUNE PERFORMANCE AND PAYMENT BOND 2022 PAVEMENT REPAIR PROJECT The City of Federal Way ("City") has awarded to Puget Paving & Construction, Inc. ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Ohio Casualty The Principal, and Insurance Company ("Surety"), a corporation organized under the laws of the State of New Hampshire and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of Three Hundred Seventeen Thousand Nine Hundred Forty -Three and 84/100 US Dollars ($317,943.84) 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.z8 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. RA. H."""'*'••.. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully execirtdd.,. !X #prigmal power of attorney for the office executing on behalf of the surety. �r ' ',� • r' P CIPAt Puget Paving & Construction, Inc SURETY: The Ohio Casualty Insura: 9FOai *� ��') M •C} �� trZ' 13i0 = *. ; wr . do- .41 1 Signature Date Surety Signat _t't1JN0XV C"i'��^rt'�''�� Timothy Buhite E ";+' • -' �'�`•• ' M•() I i9 ,Ated Name Printed Name 9,-c-ski Attorney -in -Fact Title Title CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-30 PROJECT #11223 CFW RFQ VERSION 2020-JUNE LOCAL OFFICE/AGENT OF SURETY: Leavitt Group Northwest Name 1010 SE Everett Mall Way # 204 Street Address Everett, WA 98208 City, State, Zip (425) 317-3561 Telephone BOND NO.: 023223224 APPROVED AS TO FORM: brr- f Ryan Call, City Auom CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-31 PROJECT #11223 CFW RFQ VERSION 2020-JUNE This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner 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: 8207883-971718 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 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 set forth, does hereby name, constitute and appoint, Catherine l_ Fleck; Dan Olson; Deborah Cook; Garrett Boone; Kristy A. Woods; Marianne L. Jackson; Patricia A, Fuqua; Timothy Buhite all of the city of university Place state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, 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 Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 25th day off, 2022 . w� tv c t>s Nco State of PENNSYLVANIA ss u County of MONTGOMERY Liberty Mutual Insurance Company 1"30 PJlf INS&.y_ tt4su The Ohio Casualty Insurance Company �� 'p���ep •aJ o�Ofk� Yy �oeP° �r 'fc, WestAmerican lnsurancs Company LT3° Fo m - 1912 n o y 1919 d 1991 0 o rd' �aa�tcrosg� � sa �NaxrS`'� L + By: David M. Carey, Assistant Secretary a1 On this 25th day of April 2022 before me personally appeared David M. Care who acknowledged himself to be the Assistant Secret. of Liberty Mutual Insurance � Y P Y PP Y, 9 Secretary HY cu Company, The Ohio Casualty Company, and West American Insurwite Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes � therein contained bvsigning on behalf of the corporations by himself as a duly authorized officer. _-a Cu C.U) O IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, ysrF[ aF Y vSYky4'AtiCI Commonwealth of Pennsylvama-NotarySAol Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 14anbe,. Pviri ylvsnia A5 bon a Notaries Pennsylvania, on the day and year first above written, Teresa Pastella, Notary Public This Power of Attorney Is made and executed pursuant to and byauthority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance " Company, and West American Insurance Company which resolutlon3 are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. • Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President `❑ may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations, Such altorneys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation- When so executed, such instruments shall be as hinding as. if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -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 officers granting such power or authority. t2 ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any.uch 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 seCee0y. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact 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, recognizances and other surety obligations. Authorization — 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 attorney issued by the Company in. ettifln with surely bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixedtt'l I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Co ft6 PlInpany, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and Cor did by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Corn day of 2022 . Qy 11 st1� �ZY INS( a os�0 6 J oriva+err ME 1912 0 �_ 1919 y Q r��dAcrsv�.�a ��k.,yrg'�a LMS-12873 LMIC OCIC WAIC Multi Co 02/21 ?t Renee C. tlEwellyn, Assistant Secretary 0 `P d CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2022 PAVEMENT REPAIR PROJECT RFB No: 22-005 Contractor: PUGET PAVING AND CONSTRUCTION, INC 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: to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement' upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. �.0 Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. �11g12Z Contractor Sign Date CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT RFQ-32 PROJECT #11223 CFW RFQ VERSION 2020-JUNE Bond No.: 023223225 RETAINAGE BOND TO CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Puget Paving and Construction, ]nc., as principal ("Principal'). and The Ohio Casualty Insurance Company , a Corporation organized and existing under the laws of the State of New 1-109pshire 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 Fifteen Thousand Fight Hundred Ninety Seven and 1W100($ 15,897.19_J 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 fs 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, forthe amount of $ 317.943.84 and F. The City is prepared to release any required retainage money prevrously 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 shaii 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 orwomen, 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 stall 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 fu rther sti pulates 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 2022 PAVEMENT REPAIR PROJECT RFQ-33 PROJECT #11223 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 forty4ve (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract. the Surety shalt 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 retum, 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 24th day of Auc}ust 2022 • 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 goveming body. CORPORATE SEAL: ?A Ilk lit 11, CORPORATE SEAL: Seal No. 8500 CITY OF FEDERAL WAY PRINCIPAL: Puget Paving and Construction, Inc. B. Y Title: 1 Address: 10910 26th Ave S _— Lakewood, WA 98499 SURETY -The Ohio Casualty Insurance Company By: Attain y-inl-Fact (Attach Pourer of Attam } Stephani Seitz Title: Attorney -in -Fact Address: 1 a1 Ci 51= Everett MaJi_W� y # 204 Everett, WA 98208 2022 PAVEMENT REPAIR PROJECT RFQ-34 PROJECT #11223 CFW RFQ VERSION 2020-JUNE CERTIFICATES AS TO CORPORATE SEAL. i hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond,.-th at •.,, .�y.r I triv4e who signed the said bond on behalf ofit s;lRW A '� of said Corporation; that 1 know his or her signature therhie, an that . said bond was duly signed, sealed, and attested for and in behalf of said Corporation by aS. garno� p body. =Secreyary of Principal L� �,•' ` 4 � 14 I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bona. that Ste Irani Seitz who signed the said bond on behalf of the Surety, was Attome -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 behaif of said Corporation by authority of its governing body. INSU SecretaryU Su en �Jqc;ob�soncewoo-,', �� ion APP OVED AS TO F RM: Fo Pon on all, City Rttome CITY OF FEDERAL WAY 0 1919 0 y03 ,&AM95"' � h'.f Seal No. 8500 2022 PAVEMENT REPAIR PROJECT RFQ-M PROJECT #11223 CFW RFQ VERSION 2020-JUNE This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. _ Liberty Liberty Mutual Insurance Company �► 1 A �[utticil The Ohio Casualty Insurance Company Certificate No: 8205569-976009 West American Insurance Company SURETY POWER OF ATTORNEY 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 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 set forth, does hereby name, constitute and appoint, Adilene Mann, Alec Gutnpier_ Alfredo Homer Ativa Wil-Mclkinnev, Amy Dahl. Brad ICoosinann, Brendan Smith, Cara Koho, Carly Reyes, Christian Rov. Craig Dunbar. Debra Nelson, Elmm Derrs, Frik B_ Rolfrrhz, Jake Mu-i-pbree- lonaflran Ceoodin, Laurel Slazinik, Leilena Rcycs. Lu an Reilly, Maria Habertock. MAriannc Luck Mark Noma, Pamela Jordan. Richard MvUurdy, Noss Miller, St hrani seitt, Steven tL JaramiIlo, Timothy F Larson all of the city of Seattle state of WA each individually g there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver. for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, 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 Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this loth day of May 2021 Liberty Mutual Insurance Company IHSU Zx INS& a %tssu p� The Ohio Casualty Insurance Company ASpcO`°go� [+ ya ,swar pPsy ��P} rFy� WW American Insurance Company a z M q ❑ C U- 4 it 1912 a o 1919 0 1991vi N d3 a4c>,u4ti 3 HANPy` a B y' DaYW M. Carey, AssistantSecrtetary ca m State of PENNSYLVANIA ss County of MONTGOMERY On this 10ih day of NSuy 2021 befote me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance cu Company, The No Casualty Company, and West American Insurance Company, and that he, as such, being authorued so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly aultlorixed officer. im � 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. iCA L - _ CfmufaT� bacilli of Pennsylvaria -Notary Seal Teresa Paslella. Nolary Pub9c y O Montgomery County N My commissar expires March 28. 2025 By- rp 1. . Carbmssiun number 1128045 Teresa Past0 a, Notary Public . fAember, Pp yrww Msoc,non of Nolares � This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual S Insurance Company. and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. o Any officer or other official of the Corporation authorimd far that purpose in writing by the Chairman or the President, and subject to such limitation as the Chalnman or the President may prescribe, shalt appoint such attameys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute. seal, acknowledge and deliver as surety any and all undertakings, bonds, reeognizances and other surety obligations. Such attorneys -In -fact, subject to the limitations set forth in their respective powers of attorney, shall v have full power to bind the Corporatlon by their signature and execution at any such instruments and to attach thereto the seat of the Corporation. When so executed, such Z 0 instruments shall be as binding as 9 signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this artiGe may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by fhe chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act In behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, necogntaances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attomey, 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. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- fact 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, recegnttances and other surety obligations Authonzation - 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 cartified copy of any power of attorney issued by the Company in connection with surety bonds, shell be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West Arnerican Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24 day of August 2022 INS�� ZY IrySG IdSUg4 .] *FOR 1912 nfi 1912 ` 1919 n 1991 r; i� sf WO s 0 By: ❑,� a� may, 'gar►:* as Renee' . IEwellyn, Assstam[5ecrefary LMS-12873 LMIC OCIC WAIC Multi Co 02121 'U r� ::3 :E 4y [a O N r3 q p`r tV Oop (V 2- Cl) 03 `oo aCD cCD m= a U -ZZ-123 AcoRr� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 8/2/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Leavitt Group Northwest PO Box 833 Auburn WA 98071 NAME Cathy Fleck Alc No (800) 726-8771 FAXNO: (866)728-9168 E-MAIL ADDRESS: cathy-fleck@leavitt.com INSURER(S) AFFORDING COVERAGE NA(C & INSURER A: Western National Mutual Insurance Coma 15377 INSURED Puget Paving & Construction, Inc. 10910 26th Avenue S Lakewood WA 98499 INSURER B: Travelers Casualty & Surety INSURER C: SiriusPoint Specialty Ins CO. INSURER D: INSURER E : INSURER F: COVERAGES CERTIFICATE NUMBER:22/23 Master 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 MAYBE 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 IiR LT LTR TYPE OF INSURANCE �ADDL J= POLICY NUMBER MMfDCY� PI Y M DYY DN LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 A CLAIMS -MADE OCCUR R DAMAGE i$ T Ea =urm".Q S 1,000,000 MED EXP (Any one person) S 10,000 X Y CPP1289479 00 6/10/2022 6/10/2023 PERSONAL & ADV INJURY S 1,000,000 GENIAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY FX_] JEC � LOC PRODUCTS - COMP/OPAGG S 2,000,000 Deductible: $2,000 S OTHER AUTOMOBILE LIABILITY CO BIN ED SINGLE LIMIT mccid $ 1,000,000 BODILY INJURY (Per person) $ AALL X ANYAUTO OWNED SCHEDULED AUTOS AUTOS X Y CPP3288103 00 6/10/2022 6/10/2023 BODILY INJURY (Per accident) 5 PROPERTY DAMAGE Per accident $ NON -OWNED HIREDAUTOS AUTOS 5 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 5,000,000 AGGREGATE S 51000,000 A EXCESS LIAB CLAIMS -MADE DED I X I RETENTION S 10,000 S X Y UME1048B36 00 6/10/2022 6/10/2023 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N �' TAT TE X ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT 5 1,000,000 A OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N I A CPP1299479 00 6/10/2022 6/10/2023 E.L.DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below (Stop Gap) E L DISEASE - POLICY LIMIT $ 11000,000 B Excess Liability EX-5T69457B22NF 6/10/2022 6/10/2023 Urnit: 5,000,000 C I Contractors Pollution Liab CPLS0001216-4 6/10/2022 6/10/2023 Limit: OccJAggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is required) RE: 2022 Pavement Repair Project - Project #11223 / RFB #22-005 Certificate Holder is named as Additional Insured per terms and conditions of forms CGMU0009 06/22, WNGL139 06/18, WNCA80 06/19, CG2503 05/09 and CG2504 05/09 attached CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE t Boone/CAFLEC 19RR_2014 AcnRn CnRPnRATIntJ All rinhts rasPrvr-rl ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) COMMERCIAL GENERAL LIABILITY WN GL 139 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CONTRACTORS - OPERATIONS AND COMPLETED OPERATIONS - WITH ADDITIONAL INSURED REQUIREMENT IN CONSTRUCTION CONTRACT This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART Additional Insured — Operations A. Section II — Who Is An Insured is amended to include as an additional insured: (1) Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and (2) Any other person or organization you are required to add as an additional insured under the contract or agreement de- scribed in Paragraph 1. above. Such person(s) or organization(s) is an add- tional insured only with respect to liability for "bodily injury", "property damage" or "per- sonal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing opera- tions for the additional insured. B. With respect to Additional Insured - Opera- tions, coverage is limited as follows: This insurance does not apply to "bodily in- jury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or WN GL 139 06 18 (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or or- ganization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 2. Additional Insured — Completed Operations A. Section II — Who Is An Insured is amended to include as an additional insured: (1) Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and (2) Any other person or organization you are required to add as an additional insured under the contract or agreement de- scribed in Paragraph 1. above. Such person(s) or organization(s) is an addi- tional insured only with respect to liability for "bodily injury", "property damage" or "per- sonal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; and included in the "products -completed op- erations hazard". Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. B. With respect to Additional Insured — Com- pleted Operations, coverage is limited as fol- lows: (1) A person or organization's status as an in- sured under Additional Insured — Com- pleted Operations continues only for the period of time required by any written con- tract or agreement. (2) The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and ad- vertising injury" arising out of "your work" for which a consolidated (wrap-up) insur- ance program has been provided by the prime contractor -project manager or owner of the construction project in which you are involved. 3. Primary and Noncontributory The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek con- tribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured un- der such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be pri- mary and would not seek contribution from any other insurance available to the additional insured. 4. Other Provisions Applicable to Additional In- sured — Operations and Additional Insured — Completed Operations A. The Amendment of Insured Contract Defini- tion (Endorsement CG 24 26) does not apply to an additional insured. B. The coverage provided under Paragraph f. of the definition of "insured contract" under Sec- tion V — Definitions does not apply to an ad- ditional insured under this endorsement un- less required by a written contract or agreement. C. The insurance afforded to such additional in- sured only applies to the extent permitted by law; and If coverage provided to the additional insured is required by a contract or agreement, the in- surance afforded to such additional insured will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. WN GL 139 06 18 D. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: (1) The minimum amount required by the contract or agreement; or (2) The Limits of Insurance shown in the Dec- larations; whichever is less. This endorsement shall not increase the ap- plicable Limits of Insurance shown in the Dec- larations. E. With respect to the insurance afforded to these additional insureds, the following addi- tional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "per- sonal and advertising injury" arising out of the rendering of, or the failure to render, any pro- fessional architectural, engineering or survey- ing services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negli- gence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any profes- sional services by you with respect to your providing engineering, architectural or survey- ing services in your capacity as an engineer, architect or surveyor. Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc , with its permission. COMMERICAL GENERAL LIABILITY CG MU 0009 06 22 COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage en- hancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is pro- vided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Bodily Injury And Property Damage Liability oo Non Owned Watercraft Up To 50 Feet . ......................... ..................... .............. ................... 2 Property Damage Liability oo Elevators 3 00 Fire, Lightning, Explosion Or Sprinkler Leakage Exception .................... ..................... .............. 3 oo Borrowed Equipment ($25,000 Per Occurrence, $50,000 Aggregate, $2,500 Deductible Per Occurrence..........................................................._................ -...3 Supplementary Payments —Amended 00 Bail Bonds Up To $5,000............................................ ........ .............................. ............. 1;.............. 3 00 Loss of Earnings Up To $500/Day... ................................... :::................................. ;...... ,............ 3 Who Is An Insured Amendments oo Employee Bodily Injury To A Co-Employee..........................................................._...................4 00 Newly Formed Or Acquired Organizations For Up To 180 Days...............................................4 00 Blanket Additional Insured — Vendors — As Required By Contract............................................4 oo Blanket Additional Insured — Lessor Of Leased Equipment.....................................................,6 oo Blanket Additional Insured — Managers Or Lessors Of Premises .......................... ____ ......... S 00 Blanket Additional Insured — State Or Governmental Agency Or Subdivisions Or Political Subdivision — Permits Or Authorizations.................................................... ........... 7 0o Blanket Additional Insured — State Or Governmental Agency Or Subdivision Or Political Subdivision — Permits Or Authorizations Relating To Premises ......... ........... .._...:$ Damage To Premises Rented To You —$300,000.... ............... ........... .............. :.................... ............... 9 Medical Payments Increased Limit — $10,000 Or Amount Shown on Declarations ......................:......9 Conditions 0o Knowledge of Occurrence, Offense, Claim Or Suit Amended...................................................9 00 Unintentional Failure To Disclose Hazards...................................................................-.:.........,9 ooWaiver of Subrogation............................................................................................•----- ...........10 InsuredContract Amended....................................................•.......... ....................... ............... ........10 Personal And Advertising Injury Redefined oo Televised, Videotaped Or Electronic Publication... .................. ................................ CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission Page 1 of 10 COMMERCIAL GENERAL LIABILITY CG MU 0009 06 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Commercial General Liability Coverage Form identified in this endorsement will be amended as shown below. SECTION I — COVERAGES AMENDMENTS COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY A. Non Owned Aircraft Or Watercraft Item 2. Exclusions, Paragraph g. is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage" involved in the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft 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; This Subparagraph (2) applies to any person, who with your expressed or implied consent, either uses or is responsible for the use of the watercraft; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any "insured contract' for the ownership, maintenance or use of aircraft or watercraft; or (5) "Bodily injury" or "property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of "mobile equipment' if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f. (2) or f. (3) of the definition of "mobile equipment'. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc, with its permission Page 2 of 10 B. Damage To Property Coverage Extensions Item 2. Exclusions, Paragraph j. is replaced by the following: j. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion or sprinkler leakage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. However, the provisions of this paragraph do not apply if coverage for Damage To Premises Rented To You is excluded by endorsement. Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while not being used to perform operations at the jobsite. Subject to Paragraph 2. of SECTION III — LIMITS OF INSURANCE, the rules below fix the most we will pay for "property damage" under this provision: (1) $25,000 any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence"; (2) $50,000 annual aggregate; and (3) We will pay only for damages in excess of $2,500 as a result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence". We may, or if required by law, pay all or any part of any deductible amount, if applicable, to effect settlement of any claim or "suit". Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard". The insurance provided for "property damage" from the use of elevators and for "property damage" to borrowed equipment is excess over any other valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis. C. Damage To Premises Rented To You Item 2. Exclusions, the last paragraph is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Paragraph 6. of SECTION III — LIMITS OF INSURANCE. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission Page 3 of 10 COVERAGE B — PERSONAL AND ADVERTISING INJURY LIABILITY D. Personal And Advertising Injury Item 2. Exclusions is amended by replacing Sub -paragraphs b. and c. with the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication, in any manner, of material, if done by or at the direction of the insured with knowledge of its falsity. c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication, in any manner, of material whose first publication took place before the beginning of the policy period. SUPPLEMENTARY PAYMENTS — COVERAGES A AND B E. Supplementary Payments — Coverages A and B Item 1. is amended by replacing Subparagraphs b. and d. with the following: b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II — WHO IS AN INSURED AMENDMENTS A. Employee Bodily Injury To A Co -Employee Paragraph 2. a. (1) is replaced by the following: However, none of these "employees" or "volunteer workers" are insureds for "bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of the co -"employee" or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if a suit seeking damages for "bodily injury" or "personal and advertising injury" to any co -"employee" or other ,'volunteer worker" arising out of and in the course of the co -"employee's" or "volunteer worker's" employment or while performing duties related to the conduct of your business, or a suit seeking damages brought by the spouse, child, parent, brother or sister of the co -"employee" or other "volunteer worker", is brought against you or a co -"employee" or a "volunteer worker", we will reimburse the reasonable costs that you incur in providing a defense to the co -"employee" or "volunteer worker" against such matters. Any reimbursement made pursuant to this sub -section will be in addition to the limits of liability set forth in the Declarations. B. Newly Acquired Organizations Paragraph 3. a. is replaced by the following: a. Coverage under this provision is afforded only until the 1801h day after you acquire or form the organization or the end of the policy period, whichever is earlier; CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission Page 4 of 10 The following are added: C. Blanket Additional Insured —Vendors —As Required By Contract 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) (referred to throughout this endorsement as vendor) with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business. However, a. The insurance afforded to such vendor only applies to the extent permitted by law; and b. If coverage provided to the vendor is required by a contractor agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. 2. Wth respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Subparagraphs (4) or (6); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. 3. This Provision C. does not apply: a. To any insured person or organization from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products; b. To any vendor for which coverage as an additional insured specifically is scheduled by endorsement; or c. When liability included within the "products -completed operations hazard" has been excluded for such product either by the provisions of the coverage part or by endorsement. 4. With respect to the insurance afforded to these vendors, the following is added to Section III — Limits Of Insurance: If coverage provided to the vendor is required by a contract or agreement, the most we will pay on behalf of the vendor is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission. Page 6 of 10 5. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. D. Blanket Additional Insured —Lessor Of Leased Equipment 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement, executed prior to loss, that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organizations) is an insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused by your negligent acts or omissions in the maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. c. Does not apply to any "occurrence" which takes place after the equipment lease expires; A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends 2. With respect to the insurance afforded to the Lessor, the following additional exclusions apply: "Bodily injury" or "property damage" arising out of: (1) The assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the Lessor would have in the absence of the contract or agreement; (2) Any express warranty made by the Lessor; (3) The demonstration, installation, servicing, inspections, adjustments, tests, repair, or maintenance operations by or for the Lessor; (4) The negligence or strict liability of the Lessor for its own acts or or omissions or those of its employees or anyone else acting on its behalf; or (5) Any failure on the part of the Lessor to provide information, instructions and/or warnings with respect to the maintenance, use or operation of the equipment 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission Page 6 of 10 With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. E. Blanket Additional Insured —Managers Or Lessors Of Premises 1. Section II — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you, subject to the following additional exclusions: This insurance does not apply to: a. Any "occurrence" which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 3. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission. Page 7 of 10 F. Blanket Additional Insured — State Or Governmental Agency Or Subdivision Or Political Subdivision — Permits Or Authorizations Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 4. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. G. Blanket Additional Insured — State Or Governmental Agency Or Subdivision Or Political Subdivision — Permits Or Authorizations Relating To Premises Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, subject to the following provision: 1. This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: a. The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or b. The construction, erection or removal of elevators; or c. The ownership, maintenance or use of any elevators covered by this insurance. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission Page 8 of 10 However, a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. SECTION III — LIMITS OF INSURANCE AMENDMENTS A. Damage To Premises Rented To You Paragraph 6. is replaced by the following: 6. Subject to Paragraph 5. above, 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, lightning, explosion or sprinkler leakage, while rented to you or temporarily occupied by you with permission of the owner is the greater of: a. $300,000; or b. The amount shown next to the Damage To Premises Rented To You Limit in the Declarations. However, the provisions of this paragraph do not apply if Damage To Premises Rented To You Coverage is excluded by endorsement. B. Medical Expense Limit Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above, the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person is the greater of: a. $10,000; or b. The amount shown next to the Medical Expense Limit in the Declarations. This insurance does not apply if coverage for Medical Expenses is excluded either by the provisions of the coverage part or by endorsement. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission. Page 9 of 10 SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS AMENDMENTS A. Knowledge Of Occurrence Item 2. Duties In The Event Of Occurrence, Offense, Claim or Suit is amended by adding the following: e. You must give us or our authorized representative prompt notice of an "occurrence", claim or loss only when the "occurrence", claim or loss is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; or (4) A member or manager, if you are a limited liability company. B. Other Insurance Item 4. Other Insurance, b. Excess Insurance (1) (a) (ii) is replaced by the following: (ii) That is fire, lightning, explosion or sprinkler leakage insurance for premises rented to you or temporarily occupied by you with permission of the owner; C. Unintentional Failure To Disclose Hazards Item 6. Representations is replaced by the following: 6. Representations And Unintentional Failure To Disclose Hazards a. By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Part 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. D. Waiver of Subrogation Item 8. Transfer of Rights of Recovery Against Others to Us is hereby amended by the addition of the following We waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a written contract, executed prior to loss, requiring such waiver with that person or organization and included in the "products -completed operations hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. SECTION V — DEFINITIONS AMENDMENTS A. Insured Contract Amended Paragraph 9. a. is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; B. Personal And Advertising Injury Redefined Paragraph 14. d. and e. are replaced by the following: d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or service; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc., with its permission. Page 10 of 10 POLICY NUMBER: CPP1289479 00 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): PER WRITTEN CONTRACT OR AGREEMENT WHERE YOU AGREED TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT FOR EACH PROJECT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. CG 25 03 05 09 ©insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attrib- uted only to ongoing operations at a single des- ignated construction project shown in the Sched- ule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 POLICY NUMBER: CPP1289479 00 COMMERCIAL GENERAL LIABILITY CG 25 04 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Location(s): PER WRITTEN CONTRACT OR AGREEMENT WHERE YOU AGREED TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT FOR EACH LOCATION Information required to complete this Schedule, if not shown above. will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which can be attributed only to operations at a single designated "loca- tion" shown in the Schedule above: 1. A separate Designated Location General Aggregate Limit applies to each designated "location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Location General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except dam- ages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Loca- tion General Aggregate Limit for that desig- nated 'location". Such payments shall not re- duce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Location General Aggre- gate Limit for any other designated 'location" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Location General Aggre- gate Limit. CG 25 04 05 09 C Insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally C. obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attrib- uted only to operations at a single designated "location" shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Location General Aggregate Limit. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Location Gen- eral Aggregate Limit. D. For the purposes of this endorsement, the Defi- nitions Section is amended by the addition of the following definition: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 04 05 09 0 WN CA 80 06 19 BUSINESS AUTO ENHANCEMENT EDGE ENDORSEMENT The Business Auto Enhancement Edge Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this summary, refer to the following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 5 Audio, Visual and Data Electronic Equipment — Limit Amended 5 Auto Loan/Lease Gap Coverage 5 Blanket Additional Insured 3 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: • Newly Acquired Organizations for up to 180 Days 2 • Employees as Insureds 2 • Subsidiaries in Which You Own 50% or More 2 Deductible Waiver for Glass Repair 4 Employee Hired Auto 6 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 3,6 Knowledge of Accident, Claim, Suit or Loss 5 Loss Of Use Expenses - Amended 3 Personal Effects 3 Primary and Noncontributory If Required by a Written Contract or Written Agreement 6 Rental Reimbursement Coverage 4 Supplementary Payments - Amended: • Bail Bonds up to $5,000 3 • Loss of Earnings up to $500/Day 3 Temporary Substitute Vehicle Physical Damage 2 Towing 3 Transportation Expense Limits —Amended 3 Unintentional Failure to Disclose Hazards 6 WN CA 80 06 19 Page 1 of 6 Includes copyrighted material of Insurance Services Office, with its permission. WN CA 80 06 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT EDGE ENDORSEMENT This endorsement modifies the insurance provided under the following BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be amended as shown below. SECTION I — COVERED AUTOS COVERAGE e. Any organization which is newly acquired or AMENDMENTS formed by you and over which you maintain A. Temporary Substitute Vehicle Physical Damage majority ownership. However, coverage under SECTION I — COVERED AUTOS, C. Certain this provision: Trailers, Mobile Equipment And Temporary (1) is afforded only for the first 180 days after you Substitute Autos is amended by adding the acquire or form the organization or until the following: end of the policy period, whichever comes If a covered "auto" you own is out of service because first; of its: (2) does not apply to "bodily injury" or "property a. Breakdown; damage" that results from an "accident" that occurred before you formed or acquired the b. Repair; organization; c. Servicing; (3) does not apply to any newly acquired or d. "Loss", or formed organization that is a joint venture or e. Destruction; partnership; and the Physical Damage Coverages provided by the (4) does not apply to an "insured" under any Business Auto Coverage Form for that disabled other automobile liability policy or would be covered "auto" are extended to any "auto" you do not an "insured" under such a policy but for ter - own while used with the permission of its owner as a mination of such policy or the exhaustion of temporary substitute for the covered "auto" that is out such policy's limits of insurance. of service. f. Any "employee" of yours is an "insured" while SECTION II — COVERED AUTOS LIABILITY using a covered "auto" you don't own, hire or COVERAGE AMENDMENTS borrow in your business or your personal affairs. A. Who Is An Insured g. Any "employee" of yours is an "insured" while operating a covered "auto" hired or rented under SECTION II — COVERED AUTOS LIABILITY a contract or agreement in the "employee's" COVERAGE, A. Coverage, 1. Who Is An Insured is name, with your permission, while performing amended to add: duties related to the conduct of your business. d. Any legally incorporated subsidiary of yours in which you own more than 50% of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary of yours that is an "insured" under any other automobile liability policy or would be an "insured" under such policy but for termination of such policy or the exhaustion on such policy's limits of insurance. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office, with its permission Page 2 of 6 B. Blanket Additional Insured SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, paragraph c. is amended to add the following: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an additional insured is an "insured" for Liability Coverage, but only for damages to which this insurance applies and only to the extent that persons or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. Liability Coverage Extensions — Supplementary Payments SECTION II — COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Supplementary Payments is amended by replacing subparagraphs (2) and (4) with the following: (2) Up to $5,000 for 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. (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. D. Fellow Employee Coverage SECTION II — COVERED AUTOS LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee, the following is added: Co -Employee Lawsuit Defense Cost Reimbursement If a suit seeking damages for "bodily injury" to any fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment or while performing duties related to the conduct of your business, or a suit seeking damages brought by the spouse, child, parent, brother or sister of that fellow "employee", is brought against you, we will reimburse reasonable costs that you incur in the defense of such matters. Any reimbursement made pursuant to this sub -section will be in addition to the limits of liability set forth in the Declarations. SECTION III — PHYSICAL DAMAGE COVERAGE AMENDMENTS A. Towing SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 2. Towing, is amended by adding the following.- 2. Towing We will pay up to $250 for towing and labor costs incurred each time a covered "auto" is disabled. However, the labor must be performed at the place of disablement. This $250 limit is reduced by any applicable towing limit shown in the declarations. Regardless of the number of disablements, the maximum amount we will pay under this endorsement for all towing and labor costs combined during any one year is $2,500. B. Transportation Expense — Limits Amended SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Trans- portation Expenses is amended by replacing $20 per day/$600 maximum limit with $50 per day/$1,000 maximum. C. Hired Auto Physical Damage — Loss Of Use Expenses — Limits Amended SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, b. Loss of Use Expenses is amended by replacing the $20 per day/$600 maximum limit with $50 per day/$750 maximum limit. D. Personal Effects Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions is amended by adding the following: c. Personal Effects We will pay up to $500 for "loss" to personal effects, which are: (1) Owned by an "insured"; and (2) In or on your covered "auto." This coverage applies only in the event of the total theft of your covered "auto." No deductible applies to this coverage WN CA 80 06 19 Includes copyrighted material of Insurance Services Office, with its permission Page 3 of 6 E. Glass Repair — Deductible Waiver G. Rental Reimbursement SECTION III — PHYSICAL DAMAGE COVERAGE, SECTION III — PHYSICAL DAMAGE COVERAGE A. A. Coverage, 3. Glass Breakage — Hitting A Bird Coverage, is amended by adding the following: Or Animal — Falling Objects Or Missiles, is 6. Rental Reimbursement amended by adding the following: This coverage applies only to a covered "auto" of No deductible will apply to glass breakage if such the private passenger or light truck type as glass is repaired, in a manner acceptable to us, rather follows: than replaced. a. We will pay for rental reimbursement F. Hired Auto Physical Damage expenses incurred by you for the rental of a SECTION III — PHYSICAL DAMAGE COVERAGE, private passenger or light truck type "auto" A. Coverage is amended by adding the following: because of "loss" to a covered private pas- s. Hired Auto Physical Damage senger or light truck type "auto". Payment applies in addition to the otherwise applicable If hired "autos" are covered "autos" for Liability amount of each coverage you have on a Coverage and if Comprehensive, Specified covered private passenger or light truck type Causes of Loss, or Collision coverages are pro- "auto." No deductibles apply to this vided under this coverage form for any "auto" you coverage. own, then the Physical Damage Coverages "autos" b. We will pay only for those expenses incurred provided are extended to you hire of like during the policy period beginning 24 hours kind and use, subject to the following: after the "loss" and ending, regardless of the a. The most we will pay for any one "loss" is policy's expiration, with the lesser of the fol- $50,000 or the actual cash value or cost to lowing number of days: repair or replace, whichever is less, minus a (1) The number of days reasonably required deductible; to repair or replace the covered private b. The deductible will be equal to the largest passenger or light truck type "auto". If deductible applicable to any owned "auto" for "loss" is caused by theft, this number of that coverage. Any Comprehensive deducti- days is added to the number of days it ble does not apply to "loss" caused by fire or takes to locate the covered private lightening; passenger or light truck type "auto" and c. Hired Auto Physical Damage coverage is return it to you; or excess over any other collectible insurance; (2) 30 days. and c. Our payment is limited to the lesser of the d. Subject to the above limit, deductible and following amounts: excess provisions we will provide coverage (1) Necessary and actual expenses equal to the broadest coverage applicable to incurred, or any covered "auto" you own. If a limit for Hired Auto Physical Damage is (2) $50 per day, up to a maximum of $1,000. indicated in the Declarations, then that limit replaces, and is not added to, the $50,000 limit indicated above. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office, with its permission Page 4 of 6 d. This coverage does not apply while there are spare or reserve private passenger or light truck type "autos" available to you for your operations. e. If "loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this cover- age only that amount of your rental reim- bursement expenses which is not already provided for under SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions. For the purposes of this Rental Reimbursement coverage, light truck is defined as a truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as the maximum loaded weight the auto is designed to carry. H. Accidental Airbag Deployment Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage is amended by adding the following: 7. Accidental Airbag Deployment Coverage We will pay to reset or replace factory installed airbag(s) in any covered "auto" for accidental discharge, other than discharge due to a collision loss. This coverage is applicable only if comprehensive coverage applies to the covered "auto". This coverage is excess over any other collectible insurance or reimbursement by manufacturer's warranty. I. Auto Loan/Lease Gap Coverage SECTION III PHYSICAL DAMAGE COVERAGE, Item A., Coverage, is amended by adding the following: 8. Auto Loan/Lease Gap Coverage This coverage applies only to a covered "auto" described or designated in the Schedule or in the Declarations as including physical damage coverage. In the event of a covered total "loss" to a covered "auto" described or designated in the Schedule or in the Declarations, we will pay any unpaid amount due on the lease or loan for a covered "auto" less: a. The amount paid under the Physical Damage Coverage Section on the policy; and b. Any: (1) Overdue lease/loan payments 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 warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. J. Audio, Visual and Data Electronic Equipment — Limit Amended SECTION III - PHYSICAL DAMAGE COVERAGE, C. Limits of Insurance, 1.b. is amended by replacing the $1,000 limit with a $2,500 limit. SECTION IV — BUSINESS AUTO CONDITIONS AMENDMENTS A. Duties In The Event Of Accident, Claim, Suit Or Loss Amended SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, a. is amended by adding the following: This condition applies only when the "accident" or "loss" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; or (4) A member or manager, if you are a limited liability company. But this section does not amend the provisions relating to notification of police, protection or exami- nation of the property which was subject to the "loss". B. Blanket Waiver of Subrogation Section IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, S. Transfer of Rights of Recovery Against Others to Us, is amended by adding the following exception: However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office, with its permission Page 5 of 6 C. Unintentional Failure to Disclose Hazards SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepre- sentation Or Fraud, is amended by adding the following paragraph: If you unintentionally fail to disclose any hazards existing at the inception date of the policy, or during the policy period in connection with any additional hazards, we will not deny coverage under this Cov- erage Part because of such failure. D. Employee Hired Auto SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5.Other Insurance, paragraph b. is deleted and replace by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be a covered "auto" you own: (1) Any covered "auto" you lease, hire, rent or borrow. (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". E. Primary and Noncontributory If Required By Written Contract or Written Agreement SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance c., the following is added and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: (1) Such "insured" is a Named Insured under such other insurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". WN CA 80 06 19 Includes copyrighted material of Insurance Services Office, with its permission Page 6 of 6 POLICY NUMBER: CPP1289479 oo COMMERCIAL GENERAL LIABILITY CG 20 32 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - ENGINEERS, ARCHITECTS OR SURVEYORS NOT ENGAGED BY THE NAMED INSURED This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Engineers, Architects Or Surveyors Not Engaged By The Named Insured: AS REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. f A. Section II — Who Is An Insured is amended to include as an additional insured the architects, engineers or surveyors shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. Such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or 2. Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. CG 20 32 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: The most we will pay on behalf of the 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. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 32 04 13 COMMERCIAL LIABILITY UMBRELLA WN CU 117 0418 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART The following is added to Section IV — Conditions — 5. Other Insurance and supersedes any provision to the contrary: Primary And Noncontributory Insurance 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. (3) The order of payment specified by this endorsement only applies to the extent permitted by law. WNCU1170418 The following is added to: SECTION II — LIMITS OF INSURANCE For the purposes of this endorsement only, we will not pay more on behalf of the additional insured and the lesser of: 1. The minimum limits of insurance required in a written contract on a primary and non-contributory basis for such additional insured, but only to the extent the required Limits of Insurance are in excess of the "underlying insurance," or 2. The Limits of Insurance available after the payment of "ultimate net loss" on any insured's behalf from any claim or "suit". This provision is included within and does not act to increase the limit of insurance stated in the Declarations. Coverage will not be broader than the coverage provided by the underlying insurance listed in the "Schedule of Underlying Coverages." Includes copyrighted material of the Insurance Service Office, Inc., with its permission. Page 1 of 1 POLICY NUMBER: UMB1048836 00 COMMERCIAL LIABILITY UMBRELLA CU 24 03 09 00 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY UMBRELLA COVERAGE PART SCHEDULE Name Of Person Or Organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The Transfer Of Rights Of Recovery Against Others To Us Condition under Section IV — Conditions is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CU 24 03 09 00 Copyright, Insurance Services Office, Inc., 2000 Page 1 of 1 13 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, 2022 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 2022 PAVEMENT REPAIR PROJECT SP_1 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 2022 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 19, 2022 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 2022 PAVEMENT REPAIR PROJECT SP-2 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-02 BID PROCEDURES AND CONDITIONS CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-3 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 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 Sets Basis of Distribution 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) 1-02.40) General (January 19, 2022 APWA GSP, Option B) The first sentence of the ninth paragraph, beginning with "Any prospective Bidder desiring...", is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4 2 Subsurface Information (January 19, 2022 APWA GSP) The third and fourth sentences in the first paragraph are 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. The boring logs and associated data, 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 2022 PAVEMENT REPAIR PROJECT SP-4 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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 (August 3, 2015 WSDOT GSP, OPTION 5) Section 1-02.6 is supplemented with the following: Cumulative Alternates Bidding The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s). Bid Proposal Bid Proposal includes the following: 1. Base Bid The Base Bid will be the sum of: Schedules A, C, and D shall include constructing all items included in the Proposal except those items contained in the Alternate(s). 2. Alternate(s) a. Alternate Al Based on construction of Schedule E: Redondo Way S The Bid items for Schedule E are as listed in the Bid Proposal. b. Alternate A2 Based on construction of Schedule F: SW Campus Dr The Bid items for Schedule F are as listed in the Bid Proposal. c. Alternate A3 Based on construction of Schedule G: S 344th St The Bid items for Schedule G are as listed in the Bid Proposal. d. Alternate A4 Based on construction of Schedule B: S 288th St The Bid items for Schedule B are as listed in the Bid Proposal. Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s). CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-5 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The following are listed in order from highest to lowest Preference: 1. Preference 1: Lowest total for Base Bid plus Alternate Al plus Alternate A2 plus Alternate A3 and plus Alternate A4. 2. Preference 2: Lowest total for Base Bid plus Alternate Al plus Alternate A2 plus Alternate A3. 3. Preference 3: Lowest total for Base Bid plus Alternate Al plus Alternate A2. 4. Preference 4: Lowest total for Base Bid plus Alternate A2. 5. Preference 5: Lowest total for Base Bid The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03. 1-02J 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. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-6 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time sqt 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: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; 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; CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-7 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 i. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes 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). CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-8 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retaina a and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: Name of project • The owner and contact information for the owner; A list of claims filed against the retainage and/or payment bond for any of the projects listed; • Awritten 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 1 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-9 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-10 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the 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. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker will be the Binder with an a ual lowest bid that ro osed to use the hi hest percentage of recycled materials in the Project, per the forrn _submitted with the Bid Proposal . If those percentages are also exactly a ual 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 h4hest proposed recycled materials amount, are eligible to draw. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-11 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 1-03.3 Execution of Contract (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays, and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. 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, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and Vlll completed when provided. 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SPA 2 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 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. 1-04.2 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, CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-13 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 7. Standard Specifications, 8. Contracting Agency's Standard Plans or Details (if any), and 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testier CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-14 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-15 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-05.12(1) ❑ne-Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-16 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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: r 2022 Asphalt Overlay 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 a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power 1-05.18 Contractor's Dai ly Dia (April 12, 2018 CFW GSP) Section 1-05.18 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: The day and date. The weather conditions, including changes throughout the day. A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-17 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 • 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 Arising in One Year and Remedies (February 15, 2019 CFW GSP) Section 1-05.19 is a new section: The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the Owner. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-18 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-06.7 Hazardous Chemicals (April 12, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 1-07 LEGAL REL6TIQNS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-19 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Section 1-07.1 is supplemented with the following: (April 12, 2019 CFW GSP) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 5 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-20 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 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. 1-07.201 State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2 2 State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-21 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 1-07.20) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses (April 12, 2018 CFW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(2) Posting Notices (January 10, 2022 WSDOT GSP, OPTION 1.2023) Item number 11 in Section 1-07.9(2) is revised to read: 11. F700-074-000-Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects. 1-07. 5) Reauired Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-22 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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 everyfirm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy (Power) Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Puget Sound Energy (Gas) Attn: Brandon Platz Telephone: (425)495-4269 Lakehaven Water & Sewer District Attn: Andrew Weygandt 31627 1st Avenue S Lumen Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Comcast Attn: Kyle Kinney 410 Valley Ave NW Puyallup, WA 98371 Telephone: (253) 293-3838 AT&T Attn: Steve Duppenthaler 11241 Willows Rd NE, #130 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-23 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Federal Way, WA 98003 Telephone: (253)945-1624 Zayo Attn: Jason Tesdal 4905 Pacific Hwy E, Suite 4 Fife, WA 98424 Telephone: (253) 221-7585 King Co. Traffic (Signals & Lighting) Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 Redmond, WA 98052 Telephone: (425)286-3822 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 1.07.18 Public Liabil ity and Pro Perty 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-24 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18 2 Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. ■ The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-25 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible 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 Liabilit Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-26 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident (August 27, 2021 CFW GSP) The Commercial General Liability minimum coverage limit, per each occurrence shown in Section 1-07.18(5)A of the APWA Special Provision included herein is modified as follows: The minimum limit for Commercial General Liability Insurance, per each occurrence shall be $2,000,000. (January 4, 2016 APWA GSP, cont.) 1-07.18[5]13 Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18 5 C Workers' Com ensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18 5 D Excess or Umbrella Liabili (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18 5 J Pollution Liability (January 4, 2016 APWA GSP) CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-27 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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: $2,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety (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: • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Weyerhaeuser Way S, S 288th St, Military Road S, lane closures be allowed between the hours of 8:30 a.m. and 3:30 p.m. • 191h Ave SW, lane closures be allowed between the hours of 8:00 p.m. and 5:00 a.m. • Redondo Way S and S 3441h St, lane closures be allowed between the hours of 7:30 a.m. and 4:00 p.m. • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. • Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-28 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Working at night (8pm-5am weekdays, 8pm-7am weekends & holidays), The contractor shall notify the City two weeks prior to the night work operation 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. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. Lane closures shall not impact business accesses. All business accesses will remain open during business hours. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-29 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. • No paving shall occur in residential areas during refuse, recycle, and yard waste collection days. Collection schedules are available at www.cityoffederalway.com/publicworks/recycling. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. Lane closures are not allowed within the City Center zone from the Friday after Thanksgiving Day ("Black Friday") until the first City recognized business day of the following year without written approval by the Engineer. The boundaries of the City Center zone are identified in the City of Federal Way Comprehensive Plan. In general, it is the area located within the following boundaries: Northern boundary: S 312th Street Southern boundary: S 324th Street Eastern boundary: Interstate 5 Western boundary: 14th Ave S (future extension) / west of 320th Public Library / 11th PI S 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-30 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. (April 12, 2018 CFW GSP) Section 1-07.24 is supplemented with the following:: The Contractor shall be responsible to abide by the right -of -entry agreements with adjacent property owners that have been obtained (if any) by the City for this project. Please note these agreements may be included as an appendix or will be made available upon request of the Contractor. Right -of -entries on adjacent private property have been secured for purposes such as: construction of driveways, slope restoration, drainage, utilities, irrigation, and/or property restoration. The Contractor is expressly forbidden from using right -of -entry areas for vehicle or equipment storage or material stockpiling without first receiving written approval from the property owner. A copy of the written approval shall be provided to the Engineer before the Contractor stores any equipment or materials. Written permission from property owners does not relieve the Contractor of their obligation to receive permission from the City Community Development Department for the use of sites as staging areas, if required. Right -of -entry agreements may include responsibilities for the Contractor, such as: listing property owners as additional insured; providing advance notice to certain representatives; or daily site cleanup requirements. These responsibilities are listed as examples only and the right -of -entry documents should be reviewed by the Contractor to determine all necessary requirements. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-31 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Owners of certain properties have placed limitations on their right -of -entries as described below: 1-07.28 Communication with Businesses and Property Owners (April 12, 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project walk-through) with the property owners/tenants prior to the start of construction. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. 1-07.29 Coordination with Tra ns it Agencies (December 1, 2021 CFW GSP) Section 1-07.29 is added: The Contractor is required to coordinate with impacted transit agencies. King County Metro and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. A copy of all communications between the contractor and transit agencies shall be forwarded to the City of Federal Way. King County Metro: King County should be notified in writing at construction.coord@kingcounty.gov a minimum of five business days prior to starting any work impacting bus stops, a temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a minimum of 30 business days. Pierce Transit: Pierce Transit should be notified at (253)581-8130 to coordinate. 1-08 PROSECUTION PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.00) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-32 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-33 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. (December 1, 2021 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 PCMS boards to be placed a minimum of 2 business days prior to the paving day. Payment for PCMS boards shall be considered incidental to the Contractor's operations, unless there is a specific bid item for PCMS boards. 1-08.1 Subcontracting (December 19, 2019 APWA GSP, OPTION A) (gay 30 2019 APWA GSP OPTION B Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...". 1-08.3 Pro ress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the oreconstruction_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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-34 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. (December 1, 2021 CFW GSP) Section 1-08.4 is supplemented with the following. The Contractor shall provide adequate equipment and forces to carry out the construction schedule to completion of the contract by the date specified. 1-08.5 Time for Completion (January 19, 2022 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. The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-35 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022 04 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 30 working days or by December 31, 2022. 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP OPTION A) Replace Section 1-08.9 with the following: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of $550 for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages identified above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-36 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Daily Report Form. The scale ❑aerator must provide AM and/or PM tare weights for each truck on the printed ticket. 1-09.2(5) Measurement (May 2, 2017APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion the Engineer may erfor 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 (January 19, 2022 APWA GSP) Section 1-09.9 is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-37 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 thereafter until the Completion Date. -Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 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. Failure to perform any of the obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor's certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-38 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 1-09.11(3) Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.131 General (January 19, 2022 APWA GSP) Revise this Section to Read Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Section 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor's right to seek claim resolution through binding arbitration or litigation. Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-39 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13 3 A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13 4 Venue for Litigation (January 19, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, 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. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (January 10, 2022 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: 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 https://www.nwlett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-40 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 https://www.esc.org 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 https:Haltssa.com/training Integrity Safety 13912 NE 20th Ave Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904)705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-41 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1)C Signalized Intersection Traffic Control (September 3, 2021 CFW GSP) Section 1-10.3(1)C is a new section: Signalized Intersection Traffic Control is required when a signal system is in flashing mode, or is not operational. Signalized intersection traffic may not be flagged with an active signal in full operation. Placing a signalized intersection into flash mode requires an approved traffic control plan. Additionally, the days/times that a signal is placed into flash mode must be pre -approved by the City. The signal should only be switched into flash mode by the City. The type of work that requires signals to be placed into flash mode may include, but is not limited to: installation of signal poles, signal switchover, paving, striping, or excavation in the intersection. The Contractor shall minimize the limits of the work zone area at intersections whenever possible in order to avoid having the signal be placed into flash mode. Signalized Intersection Traffic Control Labor shall conform to WAC 468-95-302 and approved traffic control plans. If flaggers are utilized to provide traffic control of signalized intersections: • At least two flaggers are required to flag from the center of the intersection, in addition to a flagger controlling each leg of the intersection. If off -duty Uniformed Police Officers are utilized to provide traffic control of signalized intersections: ■ A uniformed police officer (UPO) is a sworn police officer from a local law enforcement agency or a Washington State Patrol officer. • Off -duty uniformed police officers must have a marked police vehicle with them on the project site. Unmarked police vehicles or personal vehicles are not acceptable. • There is currently no availability of UPO's from the City of Federal Way Police Department. Many other law enforcement agencies also have little to no availability of off -duty officers. No other agencies or private companies are authorized to perform off -duty work within the City without project -specific approval from the Federal Way Police Chief or his designee. If the Contractor is able to procure a UPO from another law enforcement agency that is acceptable to the Federal Way Chief of Police, a change order will be required to add a bid item for "Contractor Provided Off -Duty Uniformed Police Officer". 1-10.3 3 C Portable Chan eable M ess ag a Si 9n (January 10, 2022 WSDOT GSP, OPTION 1.2023) Section 1-10.3(3)C is revised to read: CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-42 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Where shown on a traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain a portable changeable message sign (PCMS), mini portable changeable message sign (mPCMS), or truck - mounted PCMS. mPCMSs are compact version of full-size PCMSs. Truck - mounted PCMSs are permanently affixed to a traffic control vehicle and meant to be mobile. When feasible, position PCMS or mPCMSs to provide at least 2 feet of lateral clearance from the nearest open lane and transversely delineate with at least 3 channelization devices. For truck -mounted PCMSs, provide 2 feet of lateral clearance when feasible but transverse delineation is not required. The Contractor shall remove these devices from the work zone clear zone when not in use unless protected by barrier or guardrail. 1-10.4[2] item Bids with Lump Sure for Incidentals (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(2) is supplemented with the following: The proposal does not contain the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(2) shall apply. END OF DIVISION 1 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-43 PROJECT. #11223 CFW SPECIAL PROVISIONS VER 2022.04 DIVISION 2 EARTHWORK 2-01.3(4) Roadside Cleanup (January 5, 1998 WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing the work. 2-01.4 Measurement (April 12, 2018 CFW GSP) Section 2-01.4 is supplemented with the following: "Roadside Cleanup", 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 Clea"nup", force account. 2.02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 fi Existinq 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. 2-03 RQgDWAY EXCAVATION AND_EMBANKMENT 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-44 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022 04 the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Requirements Section 2-03.3 10 Selected Material (April 12, 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. Section 2-03.3[14]E Unsuitable Foundation Excavation (August 27, 2021 CFW GSP) Section 2-03.3(14)E is supplemented with the following: All embankments shall be founded on dense, non -yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, or other deleterious material prior to beginning construction of new embankments. Proof roll the foundation. 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 2022 PAVEMENT REPAIR PROJECT SP-45 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross -sections will be furnished to the successful bidder on request to the Engineer. (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Payment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: 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 2022 PAVEMENT REPAIR PROJECT SP-46 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 1 PRODUCTION FROMQUARRY AtID PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.4 1 Ac uisition and ❑evelo meat (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 2022 PAVEMENT REPAIR PROJECT SP-47 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SUREAQIN_G 4-04.3 Construction Re uirements 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 (December 1, 2021 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing and Maintenance Rock shall also include compacting, spreading, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-48 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 4 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-49 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.20 A Vacant 5-04.2(2) Mix Design — Obtaining 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 2022 PAVEMENT REPAIR PROJECT SP-50 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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 8 Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optirhum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3 1 Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1 st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temi3erature for Pavia Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55-F 45-F 1 0.10 to .20 45-F 35-F CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-51 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 ___7_ More than 0.20 35-F F35-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 5-04.32A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder— Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-52 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3- 01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3 3 B Hauling E ui meet 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 2022 PAVEMENT REPAIR PROJECT SP-53 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTDN is required by the contract, the Engineer may approve paving without an MTDN, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-54 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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 2022 PAVEMENT REPAIR PROJECT SP-55 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. 5-04.3MA Crack Sealin 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks'/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurryflush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-56 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3[418 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 0.5 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(51 ProducingiStockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-57 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.3[5]A Vacant 5.04.3(6) Mixinq 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 7 Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class 1/4" and HMA Class'/2' wearing course 0.30 feet other courses 0.35 feet HMA Class 3/" 0.15 feet CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-58 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 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 isa need to make an adjustment in the JMF. 5-04.3(81 Asgregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture_ Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2 D2 a Property Non -Statistical Evaluation Commercial Evaluation - Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non -Statistical Evaluation Commercial Evaluation 1 ", 1/4", %", and 3/8" sieves +/- 6% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-59 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 No. 200 sieve +/- 2.0% 1 �'- 3.0`Y' I b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1'/2", 13/a", '/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(918 Vacant 5-04.319)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Samplinq Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-60 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the dis-cretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(g), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor All aggregate passing: 1'/.", 1 ", 3/4", 'Az", %" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-61 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.3(9)C5 Vacant 5-04.3 9 C6 Mixture Nonstatistical Evaluation — Price Adlustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3 9 C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 MD Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3001 HMA Compaction Acce tance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-62 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-63 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 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. 5-04.300)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3[10)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 5-04.300)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction— Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-64 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3[10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1,00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3011 Reiect Work 5-04.301)A Reiect_Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.301)6 Reiectipn 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. 5-04.301IC Reiection 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-65 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3 11 D Resection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.301)E Reiection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 11 F Resection - A Lot in Pra ress 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 PH for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3 11 G Rejection - An Entire Lot Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.302) Joints 5-04.3(12)A HMA Joints 5-04.3 1Z 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-66 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Lonaitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than'/z of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.31121E Bridqe Pavinq Joint Seals 5-04.30211131 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-04,3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-67 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.3 13 Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than Ma 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. 5-04.304j 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 planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-68 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 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. 5-04.3 14 A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Pavina and Planing Under Traffic 5-04.3(14)81 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-69 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 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, 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-70 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-71 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are 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 5 Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.306) 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. 5-04.4 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. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-72 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. (April 1 Z 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement' bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. 5-04.5 Pa ment Payment will be made for each of the following Bid items that are included in the Proposal "HMA Cl. _ PG _", per ton. "HMA for Pavement Repair Cl. _ PG _", per ton. "Commercial HMA", per ton. The unit Contract price per ton for "HMA Cl. _ PG "HMA for 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 2022 PAVEMENT REPAIR PROJECT SP-73 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Pavement Repair Excavation Incl. Haul", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. _ PG per ton. "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. END OF DIVISION 5 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-74 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8.01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8.01.30) General (April 1 Z 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. 8-01.3MA Submittals (April 1 Z 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 CSWGR 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 2022 PAVEMENT REPAIR PROJECT SP-75 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3 2 Seedin Fertilizing. and Mulching 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-76 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022 04 Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. Fertilizer shall be a commercially prepared mix of 10- 20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. RAISED PAVEMENT MARKERS 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.4 Measurement (December 1, 2021 CFW GSP) Section 8-09.4 is supplemented with the following: "Hydrant Marker, Type 2BB" shall be measured per each. 8-09.5 Payment (December 1, 2021 CFW GSP) Section 8-09.5 is supplemented with the following: "Hydrant Marker, Type 21313", per each. SECTION 8-22 PAVEMENT 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 (August 27, 2021 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 Reflective Elements shall be per 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. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-77 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.3 3 Marking Application 8-22.3ME 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, 201 Z 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. Reflective elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8-22.4 Measurement (January 10, 2022 WSDOT GSP, OPT 1.2023) Section 8-22.4 is supplemented with the following: Wide Dotted Entry Line will be measured by the completed linear foot as "Painted 12-inch Line" or "Plastic 12-inch Line". No deduction will be made for the unmarked area when the marking includes a broken or dotted line. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-78 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 (January 10, 2022 WSDOT GSP, OPT 2.2023) The fourth and fifth paragraphs of Section 8-22.4 are revised to read: Wide dotted circulating lane line, wide solid lane line, strong lane line, wide edge line, wide lane line, wide broken lane line, double wide lane line, wide dotted lane line, and wide dotted extension line will be measured by the completed linear foot as "Painted Wide Line", "Plastic Wide line", "Profiled Plastic Wide Line", "Profiled Embossed Wide Line", or "Grooved Plastic Wide Line". The measurement for "Painted Wide Line", "Plastic Wide Line", "Profiled Plastic Wide Line", "Profiled Embossed Wide Line", or "Grooved Plastic Wide Line" will be based on the total length of each 8-inch wide line installed. No deduction will be made for the unmarked area when the marking includes a broken or dotted line. (January 10, 2022 WSDOT GSP, OPT 3.2023) The second to last paragraph of Section 8-22.4 is revised to read: Removal of lines, regardless of width, will be measured by the linear foot, with no deduction being made for the unmarked area when the marking includes a gap. (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment (January 10, 2022, WSDOT GSP OPT 1.2023) Section 8-22.5 is supplemented with the following: "Painted 12-inch Wide Line", per linear foot. "Plastic 12-inch Wide Line", per linear foot. (January 10, 2022 CFW GSP) Section 8-22.5 is modified as follows: The following bid items are deleted: "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each. "Removing Plastic Traffic Marking", per each. "Painted 12-inch Wide Line", per linear foot. "Plastic 12-inch Wide Line", per linear foot. The following is a new bid item: "Removing Pavement Markings", per lump sum. END OF DIVISION 8 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-79 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 9 MATERIALS 2-03 AGGREGATES 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The' material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-80 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 9-29.18 Vehicle Detector 9-29.18(3) Video Detection System (June 1 Z 2020 CFW GSP) Section 9-29.18(3) is a new section: All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The products shall have a proven record of field use at other installations for at least two (2) years of service not including prototype field trials prior to installation. Contractor shall provide Econolite AutoScope Vision, Trafficon, GRIDSMART or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field -of -view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state (on/off) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, microwave or other commonly used digital communications transport configurations. In terms of the software application side of the network, the system shall be integrated through a client -server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web -browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. Approved equal GRIDSMART systems shall track individual vehicles entering the field of vision through detection zones from one camera located in the intersection, collect 24-hour approach volume, turning movement, and vehicle classification CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-81 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 count data, and signal performance metrics. Larger intersections may require 2 cameras to include all advanced detection zones. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -ready, Internet Protocol (IP) address and shall be addressable with no plug in devices or converters required. The MVP shall provide standard MPEG-4 streaming digital video. Achievable frame rates vary from 5 to 30 frames per second as a function of video quality and available bandwidth. The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. The Gridsmart detection system shall consist of the following components and (part numbers): 1. One GRIDSMART ultra -wide angle fisheye camera with sealed enclosure. (GS-3-CAM) A second camera may be required at larger intersections as determined by the City Traffic Engineer. 2. One GRIDSMART GS2 Processing Unit, rack or shelf mount with two camera interface and GRIDSMART software. (GS-3-GS2) 3. One GRIDSMART TS2 Connector Kit for GS-3-GS2, includes SDLC connector to be used for TS2 environments. (GS2-TS2-OPT) CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-82 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 4. One SDLC Patch Cable, 6ft minimum. (WPS-SDLC) 5. One Swivel Bracket Camera Mounting Hardware with junction box and connector. (GS-3-SMC) 6. One Standard Cable Clamp, 66" cable length, natural aluminum finish. (SBC66-SCK) 7. One Video Detection Camera Mounting Arm Pole, 90 degrees, 58". (GS-3- A58) 8. Up to 300 feet of Detection Comm Cable, Ethernet, Cat 5E 350Mhz, outdoor rated, direct burial, CMX, Shielded, Gel. (CATS) System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance and video streaming services. There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. 4. Streaming video player: Play and record streaming video with flashing detector overlay. 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault -tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. The Gridsmart software system shall consist of the following: 1. The latest version of the GRIDSMART Client Software with virtual pan -tilt - zoom functionality. Shall allow the Engineer to configure, view, and manage intersection detection in real time. The system shall be able to automatically email the Engineer reports and alerts. 2. The latest version of the GRIDSMART Performance module which provides counting, classification, turning movements, and signal performance metrics. (GS-3-PFM) Additional GRIDSMART software modules requested by the City Traffic Engineer may include, but are not limited to the following: 1. Performance Plus module 2. Pedestrian module 3. STREETSMART congestion management technology CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-83 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high-speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual -core processor, thus providing high -quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG-4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 watts shall support an enclosure heater. Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular cabinet interface unit shall provide the hardware and software means for up to eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-84 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty- four (24) detector outputs. Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband -over -Power -Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical surge protectors to isolate the modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. The communications interface panel shall provide power for up to eight (8) MVP sensors, taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for each MVP sensor. Installation and Training The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on -site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. Warranty The video detection system shall be warranted against manufacturing defects in materials and workmanship for a period of no less than three (3) years from date of installation. The video detection supplier shall provide all documentation necessary to maintain and operate the system. The supplier shall maintain a program for technical support and software updates following the expiration of the warranty period. SECTION 9-34 PAVEMENT MARKING MATERIAL CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-85 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 9-34.3 Plastic 9-34.3(4) Type D — 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 (August 27, 2021 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Reflective 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 reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall riot 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 reflective elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing ASTM D1214 US Mesh Micron Standard Elements "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 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-86 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 1 30 600 1 ] 0-7 A sample of 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 reflective 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. Reflective 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 recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D ASTM E1710 700 500 Wet recovery ASTM E2177 375 280 Wet continuous ASTM E2176 150 125 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-87 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 9-35.5 Portable Changeable Message Signs (January 10, 202Z WSDOT GSP, Option 1.2023) Section 9-35.5 is revised to read: PCMS, mPCMS, and truck mounted PCMS shall meet the requirements of the MUTCD and the following general requirements: 1. Use light emitting diode (LED) technology capable of emitting a yellow or amber image when displayed with a flat black image matching the background when not activated. 2. Be capable of displaying 3-lines of at least 8 alphanumeric characters with a minimum of one pixel separation between each line. 3. Be capable of displaying 2 phases of messages at 2.0 second display each in addition to 3 phases of messages at 1.5 second display each. 4. PCMS characters shall be at least 18 inches in height. 5. mPCMS characters shall be at least 12 inches in height. 6. Truck -mounted PCMS characters shall be at least 10 inches in height. 7. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. 8. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. This feature shall not occur when the sign is displaying an active message. 9. The light source shall be energized only when the sign is displaying an active message. 10. Primary source of power shall be solar power with a battery backup to provide continuous operation when failure of the primary power source occurs. 11. The sign controller software shall be NTCIP compliant. The PCMS panels and related equipment shall be permanently mounted on a trailer or truck with all needed controls and power generating equipment. Standard Plans (January 10, 2022 WSDOT) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 13, 2021 is made a part of this contract. The Standard Plans are revised as follows: B-90.40 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-88 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Valve Detail — DELETED C-8 DELETED C-8a DELETED C-20.10 Note 1: "Refer to Standard Plan C-1 b and C-20.11 for additional details not shown on this plan." is revised to read: "Refer to Standard Plan C-1 b for additional details not shown on this plan." C-60.10 Sheet 1, ADD Note: NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION, SECTION 6-10.3 Sheet 2, New Note 5: The connecting pin may be fabricated with a forged head as shown on Standard Plan C-60.15." C-60.80 DELETED C85.16 DELETED C85.20 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases D-10.35 Wall Type 6 may be used in all cases D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-89 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. G-90.11 DELETED G-90.40 DELETED J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-20.26 Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS - W (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - 1/4" (IN) x 30" (IN) FULL THREAD -- FOUR REQ'D. PER ASSEMBLY" CITY OF FEDERAL WAY 2022. PAVEMENT REPAIR PROJECT SP-90 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 21/" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR.. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) -- Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE -- 1 '/2" DIAM. is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-40.36 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-75.20 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-91 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 Key Notes, note 16, second bullet point, was: 1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........ 8/7/07 A-10.20-00 ...... 10/5/07 A-10.30-00 ...... 10/5/07 A-20.10-00 ...... 8/31 /07 A-30.10-00 ...... 11 /8/07 A-30.30-01 ...... 6/ 16/ 11 B-5.20-03........ 9/9/20 B-5.40-02......... 1 /26/17 B-5.60-02......... 1 /26/17 B-10.20-02 ........ 3/2/ 18 B-10.40-02 ........ 8/17/21 B-10.70-02...... 8/17/21 B-15.2 0-01........ 2/7/ 12 B-15.40-01 ........ 2/7/ 12 B-15.60-02 ........ 1 /26/17 B-20.20-02 ....... 3/ 16/ 12 B-20.40-04 ....... 2/27/ 18 B-20.60-03....... 3/ 15/ 12 B-25.20-02 ........ 2/27/18 B-25.60-02 ......... 2/27/18 B-30.05-00...... 9/9/20 B-30.10-03 ......... 2/27/18 B-30.15-00 ........ 2/27/ 18 B-30.20-04......... 2/27/ 18 B-30.30-03 ......... 2/27/ 18 B-30.40-03 .......... 2/27/18 C-1.... ................ 9/9/20 C-1 b...................9/9/20 C-1 d... ............. 10/31 /03 C-2c.................. 8/ 12/ 19 C-4f...................8/12/19 C-6a................10/14/09 C-7 ..................... 6/ 16/ 11 C-7a...................6/16/11 C-8.....................2/10/09 C-8a...................7/25/97 CITY OF FEDERAL WAY A-30.35-00....... 10/ 12/07 A-40.00-00......... 8/11 /09 A-40.10-04......... 7/31 /19 A-40.15-00......... 8/11 /09 A-40.20-04......... 1 /18/17 A-40.50-02......... 12/23/14 B-30.50-03......... 2/27 / 18 B-30.60-00....... 9/9/20 B-30-70-04...... 2/27/ 18 B-30.80-01......... 2/27/ 18 B-30.90-02........ 1 /26/17 B-35.20-00.......... 6/8/06 B-35.40-00.......... 6/8/06 B-40.20-00.......... 6/1 /06 B-40.40-02........ 1 /26/17 B-45.20-01.......... 7/11 /17 B-45.40-01 .......... 7/21/17 B-50.20-00 .......... 6/1 /06 B-55.20-03.......... 8/ 17/21 B-60.20-02 .......... 9/9/20 B-60.40-01 .......... 2/27/ 18 B-65.20-01 .......... 4/26/ 12 B-65.40-00 .......... 6/1 /06 B-70.20-00 .......... 6/1 /06 B-70.60-01 .......... 1 /26/17 C-22.16-07........ 9/ 16/20 C-22.40-08........ 9/ 16/20 C-22.45-0 5........9/ 16/20 C-23.60-04........ 7/21 /17 C.24.10-02........ 8/ 12/ 19 C-25.20-07........ 8/20/21 C-25.22-06........ 8/20/21 C-25.26-05........ 8/20/21 C-25.30-01....... 8/20/21 C-2 5.8 0-0 5........ 8/ 12/ 19 A-50.10-01........ 8/ 17/21 A-50.40-01...... 8/ 17/21 A-60.10-03........ 12/23/14 A-60.20-03......... 12/23/14 A-60.30-01.......... 6/28/18 A-60.40-00.......... 8/31 /07 B-75.20-03.......... 8/ 17/21 B-75.50-01.......... 6/ 10/08 B-75.60-00 ............ 6/8/06 B-80.20-00 ......... 6/8/06 B-80.40-00 ......... 6/1 /06 B-85.10-01 ......... 6/ 10/08 B-85.20-00 .......... 6/1 /06 B-85.30-00 .......... 6/1 /06 B-85.40-00 .......... 6/8/06 B-85.50-01 ......... 6/ 10/08 B-90.10-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-90.30-00.......... 6/8/06 B-90.40-01 .......... 1 /26/17 B-90.50-00.......... 6/8/06 B-95.20-02 .......... 8/ 17/21 B-95.40-01 .......... 6/28/ 18 C-60.70-00 ....... 9/24/20 C-60.80-00 ........ 8/17/21 C-70.15-00 ........ 8/ 17/21 C-70.10-03 ........ 8/17/21 C-75.10-02 ........ 9/ 16/20 C-75.20-03 ........ 8/20/21 C-75.30-03 ........ 8/21 /20 C-80.10-02........ 9/ 16/20 C-80.20-01 ........ 6/11 /14 C-80.30-02 ........ 8/20/21 2022 PAVEMENT REPAIR PROJECT SP-92 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 C-20.10-07......... 8/20/21 C-20.14-04.......... 8/ 12/ 19 C-20.15-02 .......... 6/11 /14 C-20.18-03.......... 8/ 12/ 19 C-20.40-08.......... 8/20/21 C-20.41-03 .......... 8/20/21 C-20.42-05 .......... 7/ 14/ 15 C-20.4 5.02........... 8/ 12/ 19 D-2.04-00........ 11 /10/05 D-2.06-01........ 1 /6/09 D-2.08-00........ 11 /10/05 D-2.32-00........ 11 /10/05 D-2.34-01........ 1 /6/09 D-2.36-03........ 6/11 /14 D-2.46-02......... 8/13/21 D-2.60-00........ 11 /10/05 D-2.62-00........ 11 /10/05 D-2.64-01........ 1 /6/09 D-2.66-00........ 11 /10/05 D-2.68-00........ 11 /10/05 E-1.................... 2/21 /07 E-2....................5/29/98 F-10.12-04....... 9/24/20 F-10.16-00....... 12/20/06 F-10.18-02......... 9/24/20 F-10.40-04........... 9/24/20 F-10.42-00......... 1 /23/07 G-10.10-00 ........ 9/20/07 G-20.10-03 ........ 8/20/21 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 G-25.10-05. ...... 9/16/20 H-10.10-00.......... 7/3/08 H-10.15-00.......... 7/3/08 H-30.10-00...... 10/12/07 C-60.10-01....... 9/24/20 C-60.15-00........ 8/17/21 C-60.20-00...... 9/24/20 C-60.30-01------- 8/ 17/21 C-60.40-00------- 8/17/21 C-60.45-00........ 8/17/21 C-60.50-00........ 8/17/21 C-60.60-00........ 8/17/21 D-2.80-00.... .... 11 /10/05 D-2.84-00........ 11 /10/05 D-2.88-00........ 11 /10/05 D-2.92-00........ 11 /10/05 D-3.09-00........ 5/ 17/ 12 D-3.10-01...... 5/29/13 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 D-6 ................... 6/ 19/98 E-4....................8/27/03 E-4a.................. 8/27/03 F-10.62-02........ 4/22/ 14 F-10.64-03........ 4/22/14 F-30.10-04........ 9/25/20 F-40.12-03........ 6/29/16 F-40.14-03........ 6/29/16 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-90.20-05...... 7/11 /17 G-90.30-04...... 7/11 /17 G-95.10-02........ 6/28/18 G-95.20-03........ 6/28/ 18 G-95.30-03........ 6/28/ 18 H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 C-80.40-01........ 6/11 /14 C-85.10-00........ 4/8/12 C-85.11-01........ 9/16/20 C-85.15-02........ 8/27/21 C-85-18-02........ 8/20/21 D-10.10-01 ....... 12/2/08 D-10.15-01 ...... 12/2/08 D-10.2 0-01......... 8/7/ 19 D-10.25-01 ......... 8/7/19 D-10.30-00 ..... .... 7/8/08 D-10.35-00 ......... 7/8/08 D-10.40-01 ...... 12/2/08 D-1 0.45-01 ...... 12/2/08 F-40.15-04........ 9/25/20 F-40.16-03....... .6/29/16 F-45.10-03........ 8/ 13/21 F-80.10-04........ 7/ 15/ 16 H-70.10-02...... 8/ 17/21 H-70.20-02...... 8/ 17/21 1-10.10-01......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00......... 9/20/07 1-30.10-02......... 3/22/13 1-30.30-02......... 6/12/19 1-50.20-01.......... 6/10/13 1-30.15-02......... 3/22/13 1-30.40-02....... 6/12/19 1-60.10-01.... ...... 6/10/13 1-30.16-01......... 7/11 /19 1-30.60-02......... 6/12/19 1-60.20-01... ....... 6/10/13 1-30.17-01......... 6/12/19 1-40.10-00......... 9/20/07 1-80.10-02.. ........ 7/15/16 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-93 PROJECT #11223 CFW SPECIAL PROVISIONS VER 2022.04 J-10..................7/18/97 J-10.10- 04 ...... 9/ 16 /2 0 J-10.12-00 ....... 9/16/20 J-10.14-00 ........ 9/ 16/20 J-10.15-01 ........ 6/11 /14 J-10.16-02...... 8/18/21 J-10.17-02 ...... 8/18/21 J-10.18-02 ...... 8/18/21 J-10.20-04..... 8/18/21 J-10.21-02 ...... 8/18/21 J-10.22-02 ........ 8/18/21 J-10.25-00 ...... 7/11 /17 J-12.15-00...... 6/28/18 J-12.16-00 ...... 6/28/18 J-15.10-01 ........ 6/11 /14 J-15.15-02 ...... 7/10/15 J-20.10-04 ........ 7/31 /19 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-20.2 6-01........ 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-80.32-00 ....... 8/17/21 K-80.34-00 ....... 8/ 17/21 L-10.10-02........ 6/21 /12 L-2 0.10-0 3 ........ 7/ 14/ 15 L-30.10-02........ 6/11 /14 CITY OF FEDERAL WAY 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-28.60-03 ....... 8/27/21 J-28.70-03 ....... 7/21 /17 J-29.10-01 ....... 7/21 /16 J-29.15-01 ....... 7/21 /16 J-29.16-02 ....... 7/21 /16 J-30.10-00 ...... 6/ 18/ 15 J-40.05-00 ...... 7/21 /16 J-40.10-04 ...... 4/28/ 16 J-40.20-03 ...... 4/28/16 J-40.30-04 ...... 4/28/16 J-40.35-01...... 5/29/13 J-40.36-02 ...... 7/21 /17 J-40.37-02 ...... 7/21 /17 J-40.38-01 ....... 5/20/13 J-40.39-00 ...... 5/20/ 13 J-40.40-02 ...... 7/31 /19 J-45.36-00 ...... 7/21 /17 J-50.05-00 ...... 7/21 /17 J-50.10-01 ....... 7/31 /19 J-50.11-02 ....... 7/31 /19 J-50.12-02 ....... 8/7/19 J-50.13-00 ....... 8/22/ 19 J-50.15-01 ....... 7/21 /17 J-50.16-01 ....... 3/22/ 13 J-50.18-00 ....... 8/7/ 19 J-50.19-00 ....... 8/7/19 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 K-80.35-01....... 9/16/20 K-80.37-01 ....... 9/16/20 L-4 0.15-01........ 6/ 16/ 11 L-40.20-02........ 6/21 /12 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-75.41-01...... 6/29/16 J-75.45-02...... 6/1 /16 J-80.10-01......8/18/21 J-80.12-00 ....... 8/ 18/21 J-80.15-00...... 6/28/18 J-81.10-02 ...... 8/ 18/21 J-81.12-00....... 9/3/21 J-86.10-00...... 6/28/18 J-90.10-03....... 6/28/ 18 J-90.20-03 ....... 6/28/18 J-90.21-02...... 6/28/18 J-90.50-00.... ..6/28/18 L-70.10-01....... 5/21 /08 L-70.20-01.... ...5/21 /08 2022 PAVEMENT REPAIR PROJECT SP-94 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 M-1.20-04 ......... 9/25/20 M-1.40-03 ......... 9/25/20 M-1.60-03 ......... 9/25/20 M-1.80-03 ......... 6/3/11 M-2.20-03 ......... 7/ 10/ 15 M-2.21-00 ...... 7/10/15 M-3.10-04 ......... 9/25/20 M-3.20-03 ......... 9/25/20 M-3.30-04 ......... 9/25/20 M-3.40-04 ......... 9/25/20 M-3.50-03......... 9/25/20 M-5.10-03 ......... 9/25/20 M-7.50-01 ......... 1 /30/07 M-9.50-02......... 6/24/ 14 M-9.60-00 ........ 2/ 10/09 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 M-40.10-03 ...... 6/24/14 END DIVISION 9 M-40.20-00 ... 10/12/07 M-40.30-01 ...... 7/11 /17 M-40.40-00 ...... 9/20/07 M-40.50-00 ...... 9/20/07 M-40.60-00 ...... 9/20/07 M-60.10-01 ...... 6/3/11 M-60.20-03 ...... 8/ 17/21 M-65.10-03 ...... 8/ 17/21 M-80.1 0-01 ...... 6/3/11 M-80.20-00...... 6/ 10/08 M-80.30-00...... 6/ 10/08 CITY OF FEDERAL WAY 2022 PAVEMENT REPAIR PROJECT SP-95 PROJECT #11223 CFW SPECIAL PROVISIONS VER. 2022.04 APPENDIX B STANDARD PLANS AND DETAILS YELLOW LINE (TYP) E NOTE 6 4" YELLOW LINE SEE NOTE 6 -----4" WHITE LINE ,,--4" YELLOW LINE SEE NOTE 6 .LOW OR WHITE PER 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: MONO -DIRECTIONAL RPM TYPE 2 m BI-DIRECTIONAL RPM TYPE 2 PUBLIC DWG. NO. �FamEm�0 WORKS RAISED PAVEMENT MARKERS 3-17 NO PASS LINE ( 0 TYPE 2YY RPtv1 THRU TRAFFIC TYPE 2Y RPM REVERSIBLE LANE 0 � N OF TRAFFIC TYPE 2YY RPM' TWO-WAYLEFT LINE (TYP) 0 E 6 <D---TYPE 21 N OF TRAFFIC BARRIER LINE OF TRAFFIC LINE 6 TYPE 2YY RPM 0 �a". PUBLIC DWG. NO. G moVft WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings maybe curved here as shown to allow for continuous painting by the striping machine. When RPM's required by contract, use Type 2YY, see Note 5 Deceleration topuf ,�y� ri 1Lu 30RPM .....,ter Lane width measurement point Double yellow center stripe 4" U U a _`o Type 2YY RPMs 10' O.C. Double yellow center stripe a• DETAIL B 40' RPM Id spacing III III III III Ili ,, , _ yellolII [ [ center stripe a, 40' RPM sacdta© ' m o c Qo m DETAIL A ° C�7 }7' See Detail C Left rum Two way left turn termination radius at fee intersection or where W = Approaching through lane left turns are not permitted W = Departing Lane and two way left turn is not T = Width of left turn lane continued beyond inlersection. onapproach ftturnlonde END TWO-WAY LEFT TURN LANE T =Width of left turn tone on departure side of W = Total width of channelization (W +W +T +T) Rev. NOV 20141 �m'°tr PUBLIC DWG. NO. �� wofws RAISED PAVEMENT MARKERS 3-19 Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline J Roadway —4f , 0 Centerline Curb Ramp 4 (TYP) 8 g �I 1= 118" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1S, 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 3 a' PUBLIC DWG. NO. I ��� WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21 APPENDIX C WASIIINGTON STATE PREVAILING WAGES AND BENEFIT CODE KEY 6/15/22, 2:35 PM about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/15/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $72.54 5N_ 1C View King Brick Mason Journey Level $63.32 7E 1N View King Brick Mason Pointer -Caulker -Cleaner $63.32 7E 1N View King Building Service Empl�t yeev Janitor $27.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $27.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $31.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $32.18 5S 2F View King Cabinet Makers In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.19 15J 4C View King Carpenters Bridge, Dock And Wharf $68.19 15J 4C View Carpenters King Carpenters Carpenter $68.19 15J 4C View King Car era nters Floor Finisher $68.19 15J 4C View King Carpenters Floor Layer $68.19 15J 4C View King Carpenters Scaffold Erector $68.19 15J 4C View King Cement Masons Application of all Composition $67.41 15J 41J View Mastic King Cement Masons Application of all Epoxy $66.91 15J 4U View Material King Cement Masons Application of all Plastic $67.41 15J 41J View Material King Cement Masons Application of Sealing $66.91 15J 4U View Compound King Cement Masons Application of Underlayment $67.41 15J 4U View King Cement Masons Building General $66.91 15J 4U View King Cement Masons Composition or Kalman Floors $67.41 15J 41J View King Cement Masons Concrete Paving $66.91 15J 4U View King Cement Masons Curb Et Gutter Machine $67.41 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $66.91 15J 41J View King Cement Masons Curing Concrete $66.91 15J 41J View about:blank 1/17 6/15/22, 2:35 PM about:blank King Cement Masons Finish Colored Concrete $67.41 15J 4U View King Cement Masons Floor Grinding $67.41 15J 4U View King Cement Masons Floor Grinding/Polisher $66.91 15J 4U View King Cement Masons Green Concrete Saw, self- $67.41 15J 4U View powered King Cement Masons Grouting of all Plates $66.91 15J 4U View King Cement Masons Grouting of all Tilt -up Panels $66.91 15J 4U View King Cement Masons Gunite Nozzleman $67.41 15J 4U View King Cement Masons Hand Powered Grinder $67.41 15J 4U View King Cement Masons Journey Level $66.91 15J 4U View King Cement Masons Patching Concrete $66.91 15J 4U View King Cement Masons Pneumatic Power Tools $67.41 15J 4U View King Cement Masons Power Chipping Et Brushing $67.41 15J 4U View King Cement Masons Sand Blasting Architectural $67.41 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $67.41 15J 4U View King Cement Masons Spackling or Skim Coat $66.91 15J 4U View Concrete King Cement Masons Troweling Machine Operator $67.41 15J 4U View King Cement Masons Troweling Machine Operator on $67.41 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $67.41 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $122.46 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $122.49 15J 4C 8V View King Divers Et Tenders Diver On Standby $81.04 15J 4C View King Divers Et Tenders Diver Tender $73.60 15J 4C View King Divers Et Tenders Manifold Operator $73.60 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $78.60 15J 4C View King Divers Et Tenders Remote Operated Vehicle $73.60 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $68.64 15J 4C View Tender King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $68.19 15J 4C View King Drywall Tapers Journey Level $67.91 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $97.21 7C 4E View King lectricians - Inside Cable Splicer (tunnel) $104.49 7C 4E View King ri ians - Inside Certified Welder $93.91 7C 4E View King Electricians - Inside Certified Welder (tunnel) $100.86 7C 4E View about:blank 2/17 6/15/22, 2:35 PM about:blank King Electricians . Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $90.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $97.21 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electrici ns - Powerline Groundperson $52.91 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $59.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 111 View Products Work Only King Fence Erectors Fence Erector $46.29 '15J 4V 8Y View King Fence Erectors Fence Laborer $46.29 15J 4V 8Y View King Flaggers Journey Level $46.29 15J 4V 8Y View King Giatiers Journey Level $72.41 7L 1y View King Heat Et Frost Insulators And Journey Level $82.02 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $91.83 7F 1 E View King Hod Carriers Ft Mason Tenders Journey Level $57.31 15J 4V 8Y View King Industrial Power VaCuum Journey Level $14.49 1 View Cleaner King Inland Boatmen Boat Operator $61.41 513 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Baa men Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspegion/Cleaning/Se ing_ Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $14.49 1 View Sewer a Water Systems By Remote Control King Inspection/Cleaning Seating Of Head Operator $24.91 1 View about:blank 3/17 6/15/22, 2:35 PM about:blank Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $68.19 15J 4C View King Ironworkers Journeyman $80.28 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $56.31 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $46.29 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $56.31 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper -paving $55.62 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $55.62 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $55.62 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $55.62 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $55.62 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $55.62 15J 4V 8Y View Driller King Laborers Crusher Feeder $46.29 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $56.31 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $55.62 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View King Laborers Erosion Control Worker $54.62 15J 4V 8Y View about:blank 4/17 6/15/22, 2:35 PM about:blank King Laborers Faller Et Bucker Chain Saw $55.62 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $46.29 15J 4V 8Y View King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $57.31 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $55.62 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $56.31 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $55.62 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) King Laborers High Scaler $56.31 15J 4V 8Y View King Laborers Jackhammer $55.62 15J 4V 8Y View King Laborers Laserbearn Operator $55.62 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $55.62 15J 4V 8Y View King Laborers nozzleman (concrete pump, $57.31 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $55.62 15J 4V 8Y View King Laborers Pilot Car $46.29 15J 4V 8Y View King Laborers Pipe Layer (Lead) $57.31 15J 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 15J 4V 8Y View King Laborers Pipe Pot Tender $55.62 15J 4V 8Y View King Laborers Pipe Reliner $55.62 15J 4V 8Y View King Laborers Pipe Wrapper $55.62 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $56.31 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15.1 4V 8Y View King Laborers Power Jacks $55.62 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 15J 4V 8Y View King Laborers Raker - Asphalt $57.31 15J 4V 8Y View King Laborers Re-timberman $56.31 15J 4V 8Y View King Laborers Remote Equipment Operator $55.62 15J 4V 8Y View King Laborers Rigger/Signal Person $55.62 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View abouttlank 5/17 6115/22, 2:35 PM aboutblank King Laborers Rivet Buster $55.62 15J 4V 8Y View King Laborers Rodder $55.62 ' 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20") $55.62 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $55.62 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $46.29 15J 4V 8Y View Chair King L bbooreer,§ Tamper Et Similar Electric, Air $55.62 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $55.62 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $55.62 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power) $55.62 15J 4V 8Y View King Laborers Traffic Control Laborer $49.50 15J 4V 9C View King Laborers Traffic Control Supervisor $52.45 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $55.62 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $142.82 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $147.85 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $151.53 15J 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $157.23 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $159.35 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $164.45 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $166.35 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $168.35 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $170.35 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $57.41 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Tunnel Work -Miner $57.41 15J 4V 8Y View King Laborers Vibrator $55.62 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $42.08 15J 4V 8Y View about:blank 6/17 6/15/22, 2:35 PM about:blank King Laborers Welder $55.62 15J 4V 8Y View King Laborers Well Point Laborer $55.62 15J 4V 8Y View King Laborers Window Washer/Cleaner $42.08 15J 4V 8Y View King Laborers - llnde round Sewer General Laborer Et Topman $54.62 15J 4V 8Y View Et Water King Laborers -Underground Sewer Pipe Layer $55.62 15J 4V 8Y View Et Water King Landscape Construction Landscape $42.08 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $75.50 15J 11G 8X View King landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $68.19 15J 4C View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11E View King Metal Fabrication In Shop) General Laborer $30.07 151 11E View King Metal Fabrication In Shop) Mechanic $43.63 151 11E View King Metal Fabrication In Shop). Welder/Burner $39.28 151 11E View King Millwright Journey Level $69.74 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $62.69 15J 4C View King Pile Driver Crew Tender/Technician $62.69 15J 4C View King Pile Driver Hyperbaric Worker - $85.00 15J 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $90.00 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $94.00 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $106.50 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $108.50 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $110.50 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $112.50 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI about:blank 7/17 6/15/22, 2:35 PM about:blank King Pile Driver Journey Level $68.64 15J King Plasterers Journey Level $64.14 7Q King Plasterers Nozzleman $67.64 M King Playground & Park Equipment Journey Level $14.49 Installers King Plumbers 1it_Pipefitters Journey Level $94.69 6Z King Power Equi�prnent Operators Asphalt Plant Operators $76.77 15J King Power Equipment Operators Assistant Engineer $72.20 15J King Power Equipment Operators Barrier Machine (zipper) $76.09 15J King Power Equipment perators Batch Plant Operator: concrete $76.09 15J King Power Equipment Operators Boat Operator $76.87 7A King Power Equipment Operators Bobcat $72.20 15J King Power Equipment Operators Brokk - Remote Demolition $72.20 15J Equipment King Power Equipment Operators Brooms $72.20 15J King Power! -quip ment Operators Bump Cutter $76.09 15J King Power Equipment Operators Cableways $76.77 15J King Power Equipment Operators Chipper $76.09 15J King Power Equipment Operators Compressor $72.20 15J King Power Equipment Operators Concrete Finish Machine - $72.20 15J Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $75.50 15J King Power Equipment Operators King Power Equipment pperators King Power Equipment Operators King Power Equipment Oper ors King Power Equipment Operators King Power Equipment 0 erp ators King Power Equipment Operators King Power Equipment OperaLWs King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators abouttlank Trailer High Pressure Line Pump, Pump High Pressure Concrete Pump: Truck Mount $76.77 15J With Boom Attachment Over 42 M Concrete Pump: Truck Mount $76.09 15J With Boom Attachment Up To 42 m Conveyors $75.50 15J Cranes Friction: 200 tons and $79.20 7A over Cranes, A -frame: 10 tons and $72.30 7A under Cranes: 100 tons through 199 $77.63 7A tons, or 150' of boom (including jib with attachments) Cranes: 20 tons through 44 $76.19 7A tons with attachments Cranes: 200 tons- 299 tons, or $78.44 7A 250' of boom including jib with attachments Cranes: 300 tons and over or $79.20 7A 300' of boom including jib with attachments Cranes: 45 tons through 99 $76.87 7A tons, under 150' of boom(including, jib with attachments) Cranes: Friction cranes through $78.44 7A 4C 1R 1R 1 1G 11G 11G 11G 11G 11H 11G 11G 11G 11G 11G 11G 11G 11G 11G View View View View View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 11G 8X View 11G 8X View 8X View 8X View 8X View 8X View 11H 8X View 11H 8X View 11H 8X View 11H 8X View 11H 8X View 8/17 6/15/22, 2:35 PM about:blank 199 tons King Power Equipment Operators Cranes: through 19 tons with $75.60 7A 11H 8X View attachments, a -frame over 10 tons King Power- Equipment Operators Crusher $76.09 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $76.09 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $75.50 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $77.53 15J 11G 8X View King Power Equiprment Operators Elevator and man -lift: $72.20 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $76.09 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $75.50 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $76.09 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $76.77 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $76.09 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $75.50 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $76.09 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $75.60 7A 11H 8X View 10 Tons King Power Equrpment Operators Hydralifts/boom trucks: 10 $72.30 7A 11H 8X View tons and under King Power Equipment Operator s Leverman $78.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $76.09 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $77.53 15J 11G. 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Drill, Boring, Road Header And/or Shield about:blank 9/1 7 6115/22, 2:35 PM about:blank King Power Equipment Operators Oil Distributors, Blower $72.20 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $75.50 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power- Equipment Operators Overhead, bridge type: 100 $77.63 7A 11H 8X View tons and over King Power Equipinent Operators Overhead, bridge type: 45 tons $76.87 7A 11H 8X View through 99 tons King Power Equipment Operator's Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $76.09 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On $76.77 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $72.30 7A 11H 8X View King Power Equipment Operators Rigger/Signal Person, $75.60 7A 11H 8X . View Bellman(Certified) King Power Equipment Operat❑r1 Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $76.09 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $75.50 15J 11G 8X View King Power Equipmzi�t Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Tractors Under 15 Metric Tons Kino Power Equipment Operators Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View King Power Equipmzizt Operators Spreader, Topsider Et $76.77 15J 11G 8X View Screedman about:blank 10/17 6/15/22, 2:35 PM about:blank King Power Equipment Operators Subgrader Trimmer $76.09 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $78.44 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $77.63 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $79.20 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $76.77 15J 11G 8X View Type King Power Equipment Opera-to-rs Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators Truck crane oiler/driver: under $75.60 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11G 8X View King Power Equipment Operators Welder $76.77 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $72.20 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $76.77 15J 11G 8X View Underground Sewer & Water King Power Equipment Operators- Assistant Engineer $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $76.87 7A 11H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $72.20 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Brokk - Remote Demolition $72.20 15J 11G 8X View Underground Sewer Ft Water Equipment King Power Equipment Operajars- Brooms $72.20 15J 11G 8X View Underground Sewer a Water King Power Equipment Operators- Bump Cutter $76.09 15J 11G 8X View Underground Sewer Et Water - King Power Equipment Operators- Cableways $76.77 15J 11G 8X View Underground Sewer & Water King Power Equipment Operators- Chipper $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $72.20 15J 11G 8X View Underground Sewer It Water Laser Screed King Power Equipment Op ra ars- Concrete Pump - Mounted Or $75.50 15J 11G 8X View Underground $ewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $76.77 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $76.09 15J 11G 8X View Underground Sewer Ft Watei With Boom Attachment Up To 42m aboutblank 11/17 6/15/22, 2:35 PM about:blank King Power Equipment Operators- Conveyors $75.50 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Cranes Friction: 200 tons and $79.20 7A 11H 8X View Underground Sewer Ft Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $72.30 7A 11H 8X View Underground Sewer Et Water under King Power Equipment Dperators• Cranes: 100 tons through 199 $77.63 7A 11H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11H 8X View Underground Sewer & Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $78.44 7A 11H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $79.20 7A 11H 8X View Underground Sewer ft Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $76.87 7A 11H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $78.44 7A 11H 8X View Underground Sewer Et Water 199 tons King Power Equipment perators- Cranes: through 19 tons with $75.60 7A 11H 8X View Underground Sewer Ft Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $76.09 15J 11G 8X View Underground Sewer St Water King Power Equipment Qperators- Deck Engineer/Deck Winches $76.09 15J 11G 8X View Underground Sewer Ft Water (power) King Power Equipment Operators- Derricks, On Building Work $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View n erground Sewer Et Watei Or Crane Mount King Power Equipmen Operators Drilling Machine $77.53 15J 11G 8X View Underground Sewer Et Water King Power Equipmen Operators Elevator and man -lift: $72.20 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators. Finishing Machine, Bidwell And $76.09 15J 11G 8X View Underground Sewer & Water Gamaco Et Similar Equipment King Rower Equipment Operators- Forklift: 3000 lbs and over with $75.50 15J JIG 8X View Underground Sewer Et Wate3 attachments King Power Equipment Operators- Forklifts: under 3000 tbs. with $72.20 15J 11G 8X View Underground Sewer Ft Water attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power E uipment perators- Grade Engineer: Using Blue $76.09 15J 11G 8X View LLnSlerground Sewer Et Watet Prints, Cut Sheets, Etc King Power Equipmen Operators- Gradechecker/Stakeman $72.20 15J 11G 8X View about:blank 12/17 6/15/22, 2:35 PM about:blank Underground Sewer Et Water King Power Equipment perators. Guardrail Punch $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $76.77 15J 11G 8X View Underground Sewer Ft Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $76.09 15J 11G 8X View Underground Sewer ft Water Articulating Off -road Equipment Under 45 Yards King Power E uipManj Operators- Horizontal/Directional Drill $75.50 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment pera s- Horizontal/Directional Drill $76.09 15J 11G 8X View Underground Sewer Ft Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $72.30 7A 11H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $75.60 7A 11H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $78.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Underground Sewer Er Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $76.09 15J 11G 8X View Underground Seyver Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $76.09 15J 11G 8X View Underground Sewer .& Water King Power Equipment Operators- Loaders: Elevating Type Belt $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $76.09 15J 11G 8X View Underground Sewer & Water King Power Equipment Operators- Mechanics: All (Leadmen - $77.53 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment perators- Motor Patrol Graders $76.77 15J 11G 8X View Underground Sewer ft Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Underground Sewer & Water Drill, Boring, Road Header And/or Shield King Power Equipment Opera ❑rs- Oil Distributors, Blower $72.20 15J 11G 8X View Underground Sewer & Water Distribution Et Mulch Seeding Operator King Power Equipment Qpgrators- Outside Hoists (Elevators and $75.50 15J 11G 8X View Underground Sewer 13 Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type: 100 $77.63 7A 11H 8X View Underground Sewer Ft Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $76.87 7A 11H 8X View Underground Sewer Fr Water through 99 tons King Power Equipment Operators- Pavement Breaker $72.20 15J 11G 8X View Underground Sewer Fz Watei King Power Equipment Oper ors- Pile Driver (other Than Crane $76.09 15J 11G 8X View Underground Sewer & Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View Underground Sewer ft Water about:blank 13/17 6/15/22, 2:35 PM about:blank King Power Equipment Operators- Posthole Digger, Mechanical $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $72.20 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Pumps - Water $72.20 15J 11G 8X View Underground Sewe Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View nderground Sewer Et Watet King Power Equipment Operators- Remote Control Operator On $76.77 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $72.30 7A 11 H View Underground Sewer & Water King Power Equipment perators- Rigger/Signal Person, $75.60 7A 11H 8X View Underground Sewer Ft Water Bellman(Certified) King Power Equipment Operators- Rollagon $76.77 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Roller, Other Than Plant Mix $72.20 15J 11G 8X View Underground Sewer Et Water - King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $75.50 15J 11 G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View Underground Sewer 5t Water King Power Equipment Operators- Scraper, Self Propelled Under $76.09 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $75.50 15J 11G BX View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power E uipment Aerators, Shovel, Excavator, Backhoes, $76.09 15J 11G LX View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipmen Aerators- Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Underground Sewer >=t Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $76.77 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators• Subgrader Trimmer $76.09 15J 11G View Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $75.50 15J 11G 8X View Underground Sewer & Water about:blank 14/17 6/15/22, 2:35 PM about:blank King Power Equipment Operators- Tower Crane: over 175' through $78.44 7A 11H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $77.63 7A 11H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $79.20 7A 11H 8X View n erground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $76.77 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $75.50 15J 11G 8X View Underground Sewer if Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $76.19 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $75.60 7A 11H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $76.09 15J 11G 8X View Underground Sewer Et Wager King Power Equipment Operators- Welder $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $72.20 15J 11G 8X View Underground Sewer Ft Water King Power Equipment Operators- Yo Yo Pay Dozer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $90.01 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $63.32 7E 1 N View King Residential_Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $68.19 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $94.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $90.01 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $91.83 7F 1E View about:blank 15117 6/15/22, 2:35 PM about:blank Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View _(Fire Protection). King Residential Stone Masons Journey Level $63.32 7E 1N View King Residential Terrazzo Workers Journey Level $58.71 7E 1N View King Residential TerrazzolTite Journey Level $24.39 1 View Finishers King Residential Tite Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1E View King 5hjpbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Ft Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King 5hipb}� iLding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Ft Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding £t Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding &Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et 5hip_R r New Construction $39.58 7V 1 View Warehouse/Teamster King 5hipbuiLding it Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuitding Et ShipRepair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Rep air Ship Repair Electrician $48.92 7X 4-1View King Shipbuilding Et Ship Repair Ship Repair Heat Ft Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4-1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4-1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuildiaig Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding,k, Ship Repair Ship Repair Rigger $47.45 7X 4.1 View King Shipbuilding Ft Ship Repair Ship Repair Sheet Metal $47.35 7X 4-1 View King Shipbuilding 6t $hip Repair Ship Repair Shipwright $47.35 7X 4-1 View King Shipbuitding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster about:blank 16/17 6/15/22, 2:35 PM about:blank King Sign Makers £r Installers Journey Level $53.62 0 1 View _(Electrical) King Sign Makers ft Installers iNon- Journey Level $34.42 0 1 View Electrical). King Soft Floor Layers Journey Level $54.41 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Spnnkler Fitters {Fire Journey Level $89.49 5C 1X View Protection). King Stage Rigging Mechanics (Nor, Journey Level $14.49 1 View Structural). King Stone Masons Journey Level $63.32 7E. 1N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $75.60 7A 11H 8X View Surveyor King Surveyors Chainman $72.30 7A 11H 8X View King Surveyors Construction Site Surveyor $76.87 7A 11 H 8X View King Surveyors Drone Operator (when used in $72.30 7A 11H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $72.30 7A 11H 8X View Operator King Telecommunication Technicians Journey Level $59.10 7E 1 E View King Telephone Line Constructign - Cable Splicer $38.27 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $25.66 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.96 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $36.17 5A 2B View Outside King Terrazzo Workers Journey Level $58.71 7E 1N View King Tile Setters Journey Level $58.71 7E 1N View King Tile, Marble Ft Terrazzo Finisher $49.54 7E 1N View Finishers King Traffic Control Stripers Journey Level $50.51 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $69.95 15J ill 8L View King Truck Drivers Asphalt Mix To 16 Yards $69.11 15J ill 8L View King Truck Drivers Dump Truck $69.11 15J ill 8L View King Truck Drivers Dump Truck Et Trailer $69.95 15J ill 8L View King Truck Drivers Other Trucks $69.95 15J ill 8L View King Truck Drivers -Ready Mix Transit Mix $69.95 15J 111 8L View King Well Drillers ft Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers Kino Well Drillers Et Irrigation Pump Oiler $14.49 1 View Installers King Weil drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 17/17 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1 _ ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shalt be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any, employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3_ ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double*the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. 3of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Continued 4. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1 - 1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one and one half (l'/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Continued 4. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly fate of wage. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ''/2) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. 5of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 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 of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Y, Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Z. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. 1 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B 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. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate,of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non -overtime and non -holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. 6of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Overtime Codes Continued 11. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. 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. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four - day, ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. 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 nine (9) hours or more. When an employee returns to work without at least nine (9) 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 nine (9) hours rest period. H. 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 ten (10) hours or more. When an employee returns to work without at least ten (10) 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 ten (10) hours rest period. Overtime Codes Continued 7of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on 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 two dollar ($2.00) per hour for all hours worked that shift. Holiday Codes A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). T. 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, Tndependence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). 8of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Holidav Codes Continued R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 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). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 9of15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Holiday Codes Continued 7_ F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 10 of 15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Holiday Codes Continued 7. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 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. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 11 of 15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Holidav Codes Continued Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year's Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (9) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. 15. 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, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday (New Year's Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday; should they fall on a Sunday, the following Monday shall be considered as the holiday. 1. Holidays: New Year's Day, President's Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). 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. 12 of 15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. S. Effective August 31, 2012 —A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T: Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: S 1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 10l' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 13 of 15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Note Codes Continued 8. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: 50.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour_ Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) — 130' to 199' — $0.50 per hour over their classification rate. (B) — 200' to 299' — $0.80 per hour over their classification rate. (C) — 300' and over — $1.00 per hour over their classification rate. 14 of 15 Benefit Code Key — Effective 3/3/2022 thru 8/30/2022 Note Codes Continued B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. 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. 15 of 15 City of Federal Way Public Works Department 2022 PAVEMENT REPAIR PROJECT ORAWIHG INDEA KD£.tt K.Pwrpl I�T.S[ ii Car➢.lI.EF.TARB [Au r- !.v L l�AYla[HiAnw - .oxuAEA'..crERlNas6,fw.. yDr�DAEA [Cr rF�A Y�TWY�wmI VrATi IW.x{sal•01-.rx,a•f!' M N1 1111: .Nr�W.[r�rr>[f1iM1,IlH,nun A.fJ iQrys.r�tars¢. nrR[aL7eM17nr:IBiii —W 1L.a.•VA3P rr xa YIII r.rn N.wnLaRra. ! *Iu, N�aa �.,A VA a-b-.�s.ao A+L 1�IF rrV H.x�A1iAlklrtrYAt vJrn s�M1ail.iri wii w iw, rrteFgEr+'A.r+D. vl;� v *[a+na� Mn[u-y1•srM16x.� m rn� ecHea.ESler wA _.Lru it kn arE.�R }Ar.n.c. —---.11en..0 pwasu w.m-•iAWla in mrcraeE .—,r�m.c�wrac nwn+w n..H.m rurw[le�.w"�iw ,{ r[st �r'�D!aE4 r.rPLW ry,Arrr ao r wr raV.Ka�mW aCHw�L1;x.yu Prµ .uClr: v-]rl•.-N *!•W la c4{ s.E �.E�. •arn4ac�•HtQA�TIW PNV .[HCiIA ].w�ria].•Yr Or[[ga.[wK�a---QLDAI.Yi PAr, iG.ClM'rr�ltl •!iA'MHs 'w�uL[e.Ltrtbr EnE�ranac.a+.,-.e�•.m.. aer[s r -an..m ammr. vDe pwcvm[vK..al,� I[ aLra •li— o-u+ APE Ili:'nlA:=iwrrcurAirw PLw enlAJtw-, rx n.ua TO GAr P.. YRF'.+N'mu a�rrarVlmCM1IDrvW E[n0 i+A 1[-,7-.TArf•cp 21 GN M'nlrsic+riKw.ilftw.LAu eclial-u•faf T{ 0.r o.eP.EP ^AvIRae4w6iWaix>•ihidu or:nV s[-m-.?+eb-el .C+Ri4If Y •,iE➢DV>I•.'rAr i Eq mid M.vAaaorcaA�elaa:rhw w.s. 1wl41ui r ..rrr>.awa w ral wE Rw M 114 ie . wAl M4ne!1 rL a Cr —m. lo-ewl.rn-a..nnir �. 1 b ifi, ,�[rro�vL.•. }arEnccwrRta sll Hrw:ff.a :, fca: � xwsi.ras..y�ailaflyAi.MypaA.. - RFB # 22-005 PROJECT # 11223 SCH B SCH E SCH C c SCH F SCH D SCH ` SCH A APPROVM FOR CONSTRUCTION s/+6a z EJ WALSH P.E ` DATE PUBLIC WORKS DIRECTOR crrr or DRAFTED S ALIZAI DRAWING VERSION /REVISION LOG 2022 PAVEMENT REPAIR PROJECT I,.; 72;3 R ;71OAiE REt•IiID-•I Federal Way , DESIGNED J HUYNH f —s'l eHeE Centered on Opportunity COVER SHEET AND INDEX 00025 BTH AVES FEDERAL WAY VIA 98003 REVIEWED C. MULLEN �. COVER: PHONE (253)635-2700 swrr. MNW. _ WWW.CITYOFFEDERALWAY COM GII I.M.Ia.aG APPROVED C MULLEN LEGEND EXISTING ABBREVIATIONS PROPOSED ABND ABANDONED MW MONITORING WELL AC ASPHALT N NORTHINGNORTH AC ASBESTOS CEMENT WATER PIPE NO NUMBER MONUMENT XXX CONTOUR ACP ASPHALT CONCRETE PAVEMENT NTS NOT TO SCALE 0 STORMDRAIN MANHOLE �— —V� DITCH FLOWLINE ADA AMERICANS WITH DISABILITIES ACT OC ON CENTER 1 CATCH BASIN Ap ANGLE POINT OD OUTSIDE DIAMETER EDGE OF PAVEMENT AVE AVENUE OH OVERHEAD UTILITIES Q AREA DRAIN - CONCRETE CURB B GUTTER :LOG BUILDING PC POINT OF CURVATURE • STORMDRAIN CLEAN -OUT — — — — SAWCUT BMP B EST MANAGEMENT PRACTICE PCC POINT OF CURVE ON CURVE n CULVERT LIMITS OF GRADING BOW CB BACK OF WALK CATCH BASIN PE PG POLYETHYLENE PER90FAW&E G7040E 5 C SEWER MANHOLE ��� STORMDRAIN CDF CONTROLLED DENSITY FILL PI POINT OF INTERSECTION SIGN CI CAST IRON PIV POST INDICATOR VALVE UNDERDRAIN CL CENTERLINE POB POINT OF BEGINNING ® MAILBOX SANITARY SEWER CL CLASS POC POINT OF CONNECTION cv BOLLARD n WATER CO CLEANOUT POE POINT OF ENDING CO NC CONCRETE PRC POINTOF REVERSE CURVATURE } BORE I POTHOLE LOCATION IRRIGATION CONT CONTAINER PT POINT OF TANGENCY CD SHRUB c GAS DCVA DO UBLE CHECK VALVE ASSEMBLY PVC POLYVINYL CHLORIDE Ovt - DUU^ IREE DA RJ!"ll. UE DI DUCTILE IRON PVI PONTOFVERIICALNTERSECRpd ly' C ERDIIS TREE W (I OF TRAKS) TEL UNDERGROUND POWER TELECOMMUNICATION DIAX CFW DIAMETER CITY OF FEDERAL WAY R RJ RADIUS RESTRAINED JOINT O BOULDER OE CSBC CRUSHED SURFACING BASE COURSE FIT RIGHT OVERHEAD UTILITY LINE E EASTING/EAST S SLOPE/SOUTH )1(—• STREET LIGHT (LUMINAIRE) —FO CITYFIBER EL ELEVATION SO STORM DRAIN TRAFFIC SIGNAL, POLE A MAST ARM C CUT LINE ELEV ELEVATION SDP STORM DRAIN PIPE EOP EDGE OF PAVEMENT SEW SEWER TPAFFA,iF01JRLPpI, O"T F FILL LINE EX EXISTING SHT SHEET ARM W11J4tl1WIREA9hj FENCE - CHAINLINK EXIST EXISTING SSMH SANITARY SEWER MANHOLE 0 PEDESTFDC POLE FENCE -WOOD FIRE DEPARTMENT CONNECTION ST STREET 8 TRAFFIC TRAFFIC/ILWMJ-BOX /ILLUMJ-BOX - FG FL FINISHED GRADE FLANGE STA STD STATION STANDARD m TRAFFIC CONTROL CABINET CONCRETE FL FLOWLINE T TANGENT LENGTH O BACKUP POWER SUPPLY HORIZ HORIZONTAL T1 TYPE I CATCH BASIN HMA HOT MIX ASPHALT T2 TYPE 2 CATCH BASIN ® ELECTRICAL SERVICE CABINET ASPHALT ICV IRRIGATION CONTROL VALVE TOO TOP OF CURB TRAFFIC SIGNAL ID INSIDE DIAMETER TOG TOP OF GRATE I`i VEHICLE DETECTION IE INVERT ELEVATION TVP TYPICAL GRAVEL L LENGTH OF CURVE VC VERTICAL CURVE Q CRY FIBER OPTIC VAULT/JBOX LT LEFT VERT VERTICAL ® FESTIVAL OUTLET LF LINEAR FEET VLT VAUILT ROCKERY WALL LP LOW POINT W WESTI WITH 4 POWER POLE MAX MAXIMUM WAT WATER --j POWER POLE GUY ANCHOR BLOCK RETAINING WgLL MIN MINIMUM MOOT Y546WdGTpNSiAIE -¢ Pi'1A15R POLL:W LUMINAIfif MH MIC MANHOLE MONUMENT IN CASE DEPARTMENT OF TRANSPORTATION ❑p POWER VAULT LID I}BOX GRASS NU MECHANICAL JOINT ] POWER TRANSFORMER 99 POWER METER BARK MULCH ET TELECOMM VAULT I J-BOX • . . . • . . UTILITY PEDESTAL g';MM PERMEABLE CONCRETE PAVERS m GAS VALVE ® GAS METER �O�OVOp0"000 DETECTABLE WARNING SURFACE X WATER VALVE O�O�O�ODODOD E7 WATER METER Q WATER VAULT LID FIRE HYDRANT T BLOW OFF DRAFTED' DRAWING VERSION/REVISION LOG SALIZAI CITi PI103E61 GATI: NE61SIM 2022 PAVEMENT REPAIR PROJECT „223 DESIGNED' J. HUYNH _- V`•I{� „ �, REVIEWED C MDLLEN _ LEGEND AND ABBREVIATIONS Xw•IKYY bNBRL ABB GIIb"—Fp y APPROVED C. MULLEN CITY OF Federal Way Certered an Oppanumly 333255THAVES FEDERAL WAY, WASB003 PHONE (253)835-2700 WNN.CITYOFFEDERALWAY.COM RYMr RpRU�.CEAIENTFOR STREET PATCH BE AS DIRECTED IN THE FENT IIELLD BY NG LL jS11ZEAND LOCATION VARIES THE CITY INSPECTOR HMA CL 1n'PG 5BH-22 MIN 6" THICKNESS OR MATCH EXISTING WHICHEVER IS GREATER COMPACTED SUBGRADE E1USfwG PAVEIEIiT TO BE REMOVED TO TOP OF EXISTING SASE MATERIAL TACK JOINT PRIOR TO PAVEMENT PATCHING TYPICAL PAVEMENT PATCHING DETAIL NTS NOTE: PAVEMENT PATCHING SHALL PVMT REPLACEMENT FOR BE AS DIRECTED IN THE FIELD BY STREETPATCH THE CITY INSPECTOR SIZE AND LOCATION VARIES — d -- CL IR-PG 58H-22 MATCH EXISTING PAVEMENT THICKNESS (SEE BELOW DETAILS) /EX1.1.AVEMENT EXISTING GMVEL BASE ASPHALT CONC PAVEMENT OR CEMENT CONC PAVEMENT TO BE REMOVED TO TOP OF EXISTING BASE MATERIAL EXISTING ACP DEPTH VARIES FROM 15-T03" MILITARY ROAD SOUTH PAVEMENT PATCHING DETAILS NTS SCHEDULE C- MILITARY ROAD S IN) STA:10+50 TO STA 15-00-MATCH EXISTING PAVEMENT THICKNESS OR 3". WHICHEVER IS GREATER STA:39-A0 TO STA 35�00-MATCH EXISTING PAVEMENT THICKNESS OR 1 5", WHICHEVER IS GREATER STA:79+00 TO STA:100+00-MATCH EXISTING PAVEMENT THICKNESS OR 3- WHICHEVER IS GREATER SG HEDULE D -MILITARY ROAD S (S) STA:21-W TO STA:58+00. MATCH EXISTING PAVEMENT THICKNESS OR 3-, WHICHEVER IS GREATER V CITY OF Federal Way Centered on Oppor[11R1{Y 33325 BTH AVES FEDERAL WAY WA 9B00] PHONE (253)535-2700 WAWN.CITYOFFEDERALWAY.COM � T Xwrr�bN9KL 1wIMA9n".ft DRAFTED: SALIZAI ,`"''*� �� yS iL �A .�� '+.-.-` DRAWING VERSION I REVISION LOG 2022 PAVEMENT REPAIR PROJECT " �^ , 11223 NU GATE REVISION DESIGNED J.HUYNH REVIEWED C.MULLEN DETAILS SHEET ETAIL; APPROVED C MULLEN m s• 2➢ .I �; 05 WEYERHAEUSER WAY S A-01 A-02 A-03 A-04 1 r DRAWING VERSION / REVISION LOG �«,reF GRAFTED S,ALIZAI 2022 PAVEMENT REPAIR PROJECT 11223� Federal NG � R6l'1910u ..E. � DESIGNED J..HWNH �+ Centered on Cp�sortuni(y a� t SCHEDULE A KEY PLAN XQ-15THAVES 1EOERAL,WA-1 REVIEWED C.MULLEN �L _ KEY -A WAY PHONE (253) A ,POD .•� b-mm ~••�• �" W4MV.CITYOFFEDERALWAY.COM FTiWliwlwMMi APPROVED: C MDLLEN WEYERHAEUSER WAY S y� 9P . 7R:1p.g9 STA:12167 asK ou 3 I I e4�'� :::-r.4,�•ti��}+eo::a•"t, 1, 3 10,00 .11,00 12,00 13+ Q t � _ WEYERHAEUSER WAY S w J l i U srkea ra rIA S. y SDK 51A:1 T,LT nmm 15.00 WEYERHAEUSER WAY S Dr —1 — — � _ _ _ 17.00 18,00 (A � o 7TkfMµ1 0� �✓)16.22 STA. 6 rA' lTA;ip, AIK 6TA'ITW ZjTAE6MR 8T1.'.17�AA �'Y5Y` 3[TA:f¢ Al' L� 4 19 K uWi >u s 1 4 F 5CA'.fiFWl non 4* GRAPHIC SCALE 20 0 10 20 40 GENERAL NOTES, 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS Qi PLASTIC CROSSWALK LINE Q P LASTIC STOP LINE Qi PLASTIC LINE Q PLASTIC WIDE LINE s� PROFILED PLASTIC LINE Q PLASTIC TRAFFIC ARROW LEGEND: PAVEMENT REPAIR INLET PROTECTION INSERT 112- OF t DRAFTED S AD2AI DRAWING VERSION / REVISION LOG ci : n.OJE�I n Federal Way ND DATE N1:VOION 2022 PAVEMENT REPAIR PROJECT 11223 DESIGNED JHUYNH e/1 CTHAVESd FED Opportunity REVIEWED: C MULLEN ='t; ry f SITE PREP, PAVING & CHANNELIZATION PLAN . 0 33325 BTH AVES FEDERAL WqY. WA 9BW] A-01 PHONE (253)fi3S2700 K-.-••`h•�•. SCH A STA 9+00 - STA 19+00 WWW CITYOFFEOERALWAY.CCM C"h"QAqudG APPROVED C MULLEN 05 cF 29 21 --+--°— WE 20 SF L 5r--- X TTA 7MA m 3 a a z 5W Im A is m U) ;u SR 78A./sue n�i m LF l�ftlr _ 3 �d & A: w3 — ML, 31A:: Grin' Abe �BL,fP fi] LF fig LF GRAPHIC SCALE "I ... zD D ,D m _ aD A WEYERHAEUSER WAY S — 22r011 — I — 23,N m GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS 2 7 I,r,l4 STA'aJ+]7 3IAY]H3 WEYERHAEUSER WAY S V^ IN% 01 m 4� s� a I 27+00— 28a00 Ia If w W 2 1�I BLF 5P+�6 —7 __ Iq (3 fi Q PLASTIC CROSSWALK LINE Q PLASTIC STOP LINE PLASTIC LINE Q P LASTIC WIDE LINE sQ PROFILED PLASTIC LINE cQ PLASTIC TRAFFIC ARROW LEGEND: a PAVEMENT REPAIR INLET PROTECTION INSERT � O7Y OF Federal Way ' — DRAFTED S. ALIZAI _ " ,,. DRAWING VERSION / REVISION LOG 2022 PAVEMENT REPAIR PROJECT 1.11 11223 NO. DATE RE:,6U N DESIGNED J.HUYNH Centered on Opportunity - ]0]25 BTM AVE S FEDERAL WAY, WA 8800] REVIEWED C.MULLEN SITE PREP , PAVING & CHANNELIZATION PLAN snssi A-02 PHONE PHONE " --:s'+MF ''•.;,..••' SCH A STA 19+00 - STA 29+00 NN EDERALWAY-0 M plat APPROVED C MULLEN 1 WLF 11 30tnD N 8TA " INV 6TA.32.2'J 46X' fiA90!5] 25 LF �] 3e,+r BT :a+•+a 3 7(69 WEYERHAEUSER WAY S -- — 32100 333t00— — N OG d 3 v GRAPHIC SCALE 20 9 10 20 40 GENERAL NOTES: p 11 PLEA.EREFER'1'p S+VEETC3FORPAV2MENTWANR IY DETAILS m W 2) THE CITY IS COORDINATING WITH WSDOT TO INSTALLA CAMERA IN ORDER TO CONVERT THIS INTERSECTION TO y — IR VIDEO DETECTION. CONTRACTOR TO CONFIRM WITH CITY THAT NEW CAMERA HAS BEEN INSTALLED PRIOR m TO DISTU R BING E%ISTI NG LOOPS. g CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE 0 PLASTIC STOP LINE O PLASTIC LINE Oi PLASTIC WIDE LINE Qs PROFILED PLASTIC LINE 0 "STKTRAP'FCARTIOW °'r 3 � sas a d ? n � WEYERHAEUSER WAY S ~ Tf•LFM ��t00— y — 38j00ILI Nm fl D � A IF Z 7 LEGEND: PAVEMENT REPAIR •n 29 LF '3' CD W I- INLET PROTECTION INSERT Ir•rj $9'aY A_ cn cn --I CITY OF Federal Way C9nl9redQitQ�7PdnURl;y16 33325 BTH AVE S FEDERAL WAY. WA 9BW3 CITYOFFEDERALWAY COM a,.loL� f�Ilo.w�n�w oiA DRAFTED: S. ALIZAI 5 ;�Jtp 7r, ''���''��1,-;PHONE:(253)B353P00 DRAWING ra DATE VERSION REVISION LOG pEV spN 2022 PAVEMENT REPAIR PROJECT DESIGNED J HWNH REVIEWED CMULLEN SITE PREP, PAVING & CHANNELIZATION PLAN SCH A STA 29+00 — STA 39+00VrVJdd A APPROVED CMULLEN m GRAPHIC SCALE m 0 to a7 aD GENERAL NOTES: I) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS s d YN w m S M' d WEYERHAEUSER WAY S - +, CONSTRUCTION NOTES 0,00 I_^1}00— �' — 42�00 — — j�00— W y Qi PLASTIC CROSSWALK LINE xQ PLASTIC STOP LINE j Q PLASTIC LINE Q PLASTIC WIDE LINE 310 LF 0 PROFILED PLASTIC LINE Q PLASTIC TRAFFIC ARROW � 3o LF ssA,ay.at ' prAlD•TD i ante In,r N N1 LEGEND: PAVEMENT REPAIR ■ INLET PROTECTION INSERT EITY OF Federal Way Cerllered or Oppprlunity I ut:s aTH M=_s iEDEifAi wAr vAA sema I WVWV CITVOFFEDERP WAY COM • ntRAun • C;11"Wvwwf. DRAFTED: 5 ALRAI = e = ,� •x�._ �� +}ti-^ DRAWING VERSION/REVISION LOC 2022 PAVEMENT REPAIR PROJECT yI'11223... ?,a DATE R eom DESIGNED J.HDYNH SITE PREP PAVING & CHANNELIZATION PLAN SCH A STA 39+00 -STA 44+00 A-04 _ REuffYlEO c. uuLLLNsr APPROVED C. MULLEN v Jy YN1 0 GRAPHIC SCALE ;D q 1D zD q0 GENERAL NOTES: 1) PLEASE REFER TO SHEET03 FOR PAVEMENT REPAIR DETAILS G Z SFA.{el�>fl c m CONSTRUCTION NOTES Q PLASTIC CROSSWALK LINE Q Q PLASTIC STOP LINE Q PLASTIC LINE 5 00 01E YERHA EUSER Wgy S O PLASTIC WIDE LINE � PROFILED PIASTIC LINE PLASTIC TRAFFIC ARROW � _ IsTrisz•se� LEGEND: PAVEMENTREPAIR it INLET PROTECTION INSERT areas Federal Way Centered on Opportunlry 333MBTHAVES FEDERALWAY WASB003 PHONE EDERALWAI0 NMW.CITYOFFEDERALWAV.COM � w...Anbelow. GII G�Ian Iw1A► DRAFTED. S.ALVAI 4 yam= r; �• nn DRAWING VERSION / REVISION LOG 2022 PAVEMENT REPAIR PROJECT c1IY PHOJCC I F: 11223 1!O DATE REVF5VDM DESIGNED: J.HUYNH SITE PREP, PAVING & CHANNELIZATION PLAN SCH A STA 52+00 - STA 57+00 , EET A-05 W o � REVIEWED C.MULLEN APPROVED: C. MULLEN U) U LL U Q a. S 288TH ST B-01 B-02 . CITI� �� Federal Way � DRAFTED: S ALI2AI 0E9G,.ED "�f� DRAWINGTlHL'. I:O LW iE VERSION REVISION LOG H! •:1.1Ciii 2022 PAVEMENT REPAIR PROJECT Giir FIU-11R 11223 - = Cenlered on Opporfunf[y 07025 BTH AVES FEDEflAL WAY WA B9WJ REVIEWED GMULLEN SCHEDULE B KEY PLAN KEY-B PHONE: (250)8 2100 V~ CITYOFFEDERALWAY COM IIwWI�bIIDW. C"bvb.waa APPROVED C MULLEN S 288TH ST 10 of 25 n w a �00 288 ST 155 LF j�. [ I p 11+00 >712.00 — T — 3 00 _ S 288 ST 14-00 _ 15 0 z I g i cn J 5 w f Q 1rI ! � I I I r•• f r � f _ I 6TA 15.3a- STA:s I+$« w t,3 a 3 O = W ' N •:: z m 00 16.00 — �— — — —I — 17+00 — --�— — 1 — S 288 ST— s.00 — o Y — 20 sm.4 �- 1 t s GRAPHIC SCALE 193D °D GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS 21 WS S 288TH STAND IBTH AVE S INTERSECTION IS DETECTED BY DETECTOR CAMERAS LOOPS CAN BE REMOVED CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Oz PLASTIC STOP LINE Qi PLASTIC LINE Oi PLASTIC WIDE LINE sD PROFJIED P1A M L E O PLASTIC TRAFFIC ARROW LEGEND: PAVEMENT REPAIR rlW INLET PROTECTION INSERT Qrp1k DRAFTED: S.ALIZAI DRAWINGVERSIONN/REVISION LOG 2022 PAVEMENT REPAIR PROJECT �111223� . Federal Wpy REVISION seer DESIGNED: J.HWNH Centered an iunity � ? 33325 BTH AVE S FEDERAL ALWAY WAY WA BB003 REVIEWED: C MULLEN SITE PREP, I PAVING & CHANNELIZATION PLAN B-01 PHONE (253)835-270) —b4koA SCH B STA 10+00 - STA 20+00 VWAW_CITYOFFEDERALWAY.COM CZ I- — MOk APPROVED: C. MULLEN .. __ .... r I I GRAPHIC SCALE (n \ 20 0 10 m10 ETA Z�tv W NGENERAL NOTES: N 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS. m O 00 _ 21+00 S 288 ST zz+oo za+oD m r z in cnLu ------ ----_ --- --- ------ — / ~ I N I \ ! CONSTRUCTION NOTES � Oi PLASTIC CROSSWALK LINE Q PLASTIC STOP LINE Qi PLASTIC LINE (D PLASTIC V61DE LINE PROFILED PLASTIC LINE "VO TFWFIG ARROW li II T5'�d', y x m 00 25+00 m — — — —� — 27 00 ze+ao _ S 288 ST _ 2e+00 _ 30, m y 4 TA'27+DD- r � \ U) j LEGEND: I Q { j M I PAVEMENT REPAIR N I I 1' r INLET PROTECTION INSERT Fa J N �I DRAWING VERSION I REVISION LOG C T: rnGjeC T R arror DRAFTED SALVAI _ la DATE REVISION 2022 PAVEMENT REPAIR PROJECT 11223 Federal Way , DESIGNED: J,.HUYNH SHEET Centered pn OLWAY.WniIX �. }. SITE PREP PAVING & CHANNELIZATION PLAN [}[ 33325 STH AVE S FEDERAL WAY, WA SS003 REVIEWED: C MULIEN 1 B-02 1 PHONE: EDERALWAY x�w SCH B STA 20+00 - STA 30+00 iii �+/y�W.CITVOFFEDERAL5-2M OM CArI MA'��MIM APPROVED C MULLEN 12 of MILITARY RD S co aCO _ v M DQ U) C-O 1 PZE 5 DO DO x \NSERSS INTERSTATE 5 U N OD CO X 2 cn t k s CITY Of Federal Way DRAFTED: S ALI2AI DRAWING VERSION/REVISION LOG 2022 PAVEMENT REPAIR PROJECT r.—jr sa: 11223 Nu. FuTE NLH>4pX DESIGNED: J.HUVNH''lls SHEET Centered an opportunity JAiiY RCH A-5 PTD—I. — ?ZVIEV f" Q MA.`�" ` SCHEDULE C KEY PLAN KEY—C WA Beoo] PHONE rmj0�'70 SNWf.Cl1'�FFEgFAALHKY.CPh1 ■--boom C1dIbhnlDm� MILITARY RD S APPROVED C MULLEN 13 OF 29 U) �> �� p N MILITARY ROAD S !A1i 20,5 t mnu�s3 79L— L Q H N O z a 0 35 DJ W Z Y m GRAPHIC SCALE 20 0 10 20 4D GENERAL NOTES: 1) PLEASE REFER TOSHEET03 FOR PAVEMENTREPAIR DETAILS 21 SAVE ADVANCED LOOP ON SO MILITARY RD S AND S 304TH ST INTERSECTION. THE REST OF THE LOOPS BE REMOVED. Qi PLASTIC CROSS WALK LINE Oz PLASTIC STOP LINE Qi PLASTIC LINE Qi PLASTIC WIDE LINE Qs PROFILED PLASTIC LINE Q. PLASTIC TRAFFIC ARROW LEGEND: PAVEMENT REPAIR iE> INLET PROTECTION INSERT cmw DRAFTED SALRAI uD DRAWING DATE VERSION, REVISION LOG REVISION 2022 PAVEMENT REPAIR PROJECT 11223 r Federal VIIay DESIGNED J HUYNH ; �'` } Centered On Opportunity 33325 BTH AVES FEDERALWAY WASSW3 REVIEWED: C.MULLEN SITE PREP, PAVING & CHANNELIZATION PLAN C-01 PHONE (253)B3S-2TW N�H•�•0eWW %Ili — SCH C STA 10+00 — STA 15+00 WWW.CITYOFFEDERALWAY.COM WIal--lift APPROVED: C. MULLEN ,4 OF 29 IN I N I� �1 I a e r 1 38+00%LF ALF Y-4--� �giA 03•A4 5 `-!!LF �. 37+00 MILITARY ROAD S v rn 35100_ -I ❑ (n f �1Aa7.1 s B LF 15T. 7'� J6' L Q Il S 10 LF 7Li I L •05 x� GRAPHIC SCALE 20 0 10 2D 40 GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR N DETAILS 2J SAVE ADVANCED LOOP ON SB MILITARY RD S AND S 304TH ST INTERSECTION THE REST OF THE LOOPS'. m BE REMOVED. CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Qz PLASTIC STOP LINE Oi PLASTIC LINE Oi PLASTIC WADE LINE Q PROFILED PLASTIC LINE O` PLASTIC TRAFFIC ARROW LEGEND: PAVEMENT REPAIR <F> JNLEL' P.ROTECT*NINS_RT DRAWING VERSION/REVISION LOG 2022 PAVEMENT REPAIR PROJECT L'111nzz3 Q{r OF w.�y►V DRAFTED: S ALIZAI Federal Way - NO DATE REV13fD � DESIGNED: J. HUYNH Centeredgn RALWY,WA060 REVIEWED: CMULLEN � SITE PREP, PAVING & CHANNELIZATION PLAN 33325 BTH AVE 5 FEDERAL WAY, WA BB003 PHONE EDER LWAY- K-Calb" 11M SCH C STA 34+00- STA 39+00 IM'WHONEOFFE53) 835AV.COM C✓HIMIOnIlA117� APPROVED: CMULLEN 15 of 2B x� GRAPHIC SCALE x p to ro m GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS 2) NO MILITARY ROAD S IS DETECTED BY DETECTOR CAMERAS. LOOPS CAN BE REMOVED, 0 Q Q H m 1 .1.. N Z t, CONSTRUCTION NOTES S Z O PLASTIC CNOSSW LINE > Qx PLASTIC STOP LINE MILITARY ROAD S p PLASTIC LINE IV _BO+DD O PLASTIC WIDE LINE Iy 81+00 82+00 83+00 84+00 — _ _ � _ _ ,_.I_ _ _ — _ _ PROFILED PLASTIC LINE !� m o Q PLASTIC TRAFFIC ARROW s � a F e W E�A'�H/ Li!..W127 3iAa�! - eiA'0.7.>= 3iASl�B N S Z Y SYA4DMo x.r �y Y J� K y m m A N qn k S LEGEND: �y r PAVEMENT REPAIR V : . INLET PROTECTION INSERT V+1 C1111 O/ DRAFTED S AL -I DRAWING VERSION /REVISION LOG 2022 PAVEMENT REPAIR PROJECT r'111223 R. 4 f IIO AFederal DESIGNED J•HUYNH sHe Centered onQpponuniry SITE PREP PAVING & CHANNELIZATION PLAN Y� 33325 BTH AVES FEDERAL WAY, WA SB003 REVIEWED: CMULLEN.] I C-03 !, PHONE EDERA3S2]m N-.�.I.Ml I. SCH C STA 79+50 - STA 84+50 B WVAN.CITYOFFEDERALWAY GOM CWbM FIIft APPROVED CMULLEN 16 cr 29 0. d 6 s 96,00 _ MILITARY ROAD S 97*DU96+00 jr 6TA� 5TA'o7.80 � — OTL6• 4LF GRAPHIC SCALE ]D 0 1 30 GENERAL NOTES 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS 21 NB MILITARY ROAD S IS DETECTED BY DETECTOR CAMERAS- LOOPS CAN BE REMOVED. co .~ m 0 21 0 0 gg, CONSTRUCTION NOTES -�— -� Oi PLASTIC CROSSWALK LINE Qx PLASTIC STOP LINE 0 PLASTIC LINE Qi PLASTIC WIDE LINE Qs PROFILED PLASTIC LINE O PLASTIC TRAFFIC ARROW LEGEND: f PAVEMENT REPAIR �j INLET PROTECTION INSERT D OTT 9T d���y Centered on Opportunity 33325 BTH AVES FEDERAL WAY, WA 9B003 PHONE EDERALWAY0 NYWVOTYOFFEDERALWAY COM -• ' C6I'f�1x�Aw dq DRAFTED: B. ALVAI z�.± .s DRAWING VERSION I REVISION LOG 2022 PAVEMENT REPAIR PROJECT 11223 6. �A REWBKII DESIGNED: J. HUYNH REVIEWED: C MULLEN SITE PREP PAVING & CHANNELIZATION PLAN 1 SCH C STA 95+00 - STA 99+00 '�rI C-o4 APPROVED C MULLEN 17 aF 1B H U) 2 H 0 N ch V) �O IQ2 �v N w Lo s -o CIrV OF Federal Way • DRAFTED' S ALIZAI DRAWING VERSION / REVISION LOG 2022 PAVEMENT REPAIR PROJECT i. FROjECT - u 11223• u,G REIJO+ DESIGNED J HUYNH'" SCHEDULE D KEY PLAN SCHEDULE MILITARY RD S E7 KEY-D Centered DN 0ppanurnity 33325BTHAVES FEDERALWAY WAHW3 PHONE (253(B35-2700 WWW.CITYOFFEUERALWAY COM II-..e..nskm. CMIbM IgUft REVIEWED C MULLEN APPROVED C MULLEN 1B OF 29 F- 1JIILITARY RD S 23100 2000 v "`R � :i 1 If STA il��S IN IF C ._ ALF 3 I s Ilk", GRAPHIC SCALE 0 10 :n GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Ox PLASTIC STOP LINE Oi PLASTICLINE Oi PLASTIC WIDE LINE Os PROFILED PLASTIC LINE Q PLA5T14 TRAFFIC AASM r�ilL�•ra W e MILITARY RD ST. 3 m I 30f0p- _ m LEGEND: + PAVEMENT REPAIR rINLET PROTECTION INSERT aff op ■-�_ - DRAFTED S ALVAI DRAWING VERSION I REVISION LOG CITY rROJmT• V NO LATE REVISION 2022 PAVEMENT REPAIR PROJECT 11223 Federal DESIGNED J HUYNH } Centeredon❑p—Y,—ity ,1,...,,' ,'z� ' SITE PREP PAVING & CHANNELIZATION PLAN D-01 3 33]25 BTH AVE S FEDERAL WAY, WA 95003 REVIEWED C MULLEN 1 F$ PHONE EDERAL.2,DD r-.r•• •. SCH D STA 21+00 — STA 31+00 WNNHONEOFFEDERALWAY COM CYIrFIYI�la1aL APPROVED C MULLEN IB of 2B GRAPHIC SCALE =D :u :9 Ao w N 1 I = / V) GENERAL NOTES: (\ 1) PLEASE REFER TO SHEET03 FOR PAVEMENT REPAIR DETAILS 32653 Military Rd S V—\ 1fo 1 — ]2100 MILITARY RD S — �I Lu — � Lz 2 71 y � I 9 -c-I- �_ ao oo_ MILITARY RD S CONSTRUCTION NOTES Oi PLASTIC CROSSWALK LINE C> PLASTIC STOP LINE Oi PLASTIC LINE Qi PLASTIC WADE LINE Qs PROFILED PLASTIC LINE O PLASTIC TRAFFIC ARROW LEGEND: PAVEMENTREPAIR f INLET PROTECTION INSERT L�f a" Q' L DRAFTED S ALIZAI DRAWING N(REVISION LOG 2022 PAVEMENT REPAIR PROJECT R L1111223 N[k OAf£ REVISION VISION Fedelral'- cjy Centered ❑D CALWAY. A91K0 ]]]2S STHAVES FEDERALWAYtunil 03 PHONE ,x],a]s-2�DD W W.CITYOFFEDERALWAYLOM 0 •�•I� �Ci W�'•i1nniWa DESIGNED J HUYNH • S � l; s'C SITE PREP PAVING & CHANNELIZATION PLAN I SCH D STA 31+00 — STA 41+00 D-02 20 cF 2a REVIEWED CMULLEN APPROVED C�MULLEN d A n srAArla2 lip-J S 1M LF i w`� MILITARY RD S •1p} 210 LF MILITARY RD S w.00 ■ 5TA�77 A GRAPHIC SCALE 20 0 10 20 40 GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Oz PLASTIC STOP LINE Qi PLASTIC LINE O PLASTIC WADE LINE Qz PROFILED PLASTIC LINE Q PLASTIC TAAF?IC ARROW LEGEND: PAVEMENTREPAIR I w INLET PROTECTION INSERT an OF DRAFTED S. ALIZAI NF DRAWING DATE VERSION / REVISION LOG REVISION 2022 PAVEMENT REPAIR PROJECT rnu eul s 11223 Federal Way DESIGNED J-HUVNH /^ / Q�I��/Q����� \JlI,, Centered on 4ppDrfuniry 33325 STH AVE S FEDERAL WAY WA INIW3 REVIEWED C MULLEN l:` SITE PREP, PAVING & CHANNELIZATION PLAN D-03 (253)nWAY PHONE EDERAL0 Wh PH NYOFFWAY-COM GIIMnpu� APPROVED CMULLEN SCH D STA 41+00 - STA 51+00 21 cf 2B 4 GRAPHIC SCALE s o 10 _20 AD N N Z GENERAL NOTES: 7 p p 11 PLEASE REFER TO SHEET D3 FOR PAVEMENT REPAIR DETAILS i m 2) NB MILITARY ROADS AND S 320TH ST INTERSECTION IS uj DETECTED BY VIDEO DETECTOR CAMERAS. LOOPS CAN MILITARY RD S Z _ N BE REMOVED fR m 2 -t------------I--- = C, ti r.2e CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Qx PLASTIC STOP LINE Qi PLASTIC LINE Qi PLASTIC WIDE LINE Qs PROFILED PLASTIC LINE �¢ PLASTIC TRAFFIC ARROW W i ELF 0 MILITARY RD S 59� 59 AT LEGEND: 2 5700 _5500------� Oi •� PAVEMENT REPAIR m INLET PROTECTION INSERT 71�1 O D Z r- m CITY or DRAFTED: S.AL-I DRAWING VERSION REVISION LOG CIIY HHDJEGTY Federal Way ` ND DATE REVISION 2022 PAVEMENT REPAIR PROJECT 11223 DESIGNED: J HUYNH CTHAVESd an Opportunity REVIEWED C MULLEN SITE PREP, PAVING & CHANNELIZATION PLAN 3]]25 BTHAVES FEDERAL WAV WA 9AW3 �• • �„�•,..• D-04 PHONE (253)835.2700 "" ""bokm SCH D STA 51+00 — STA 59+00 WVWV.CITYOFFEDERALWAY COM bIIMOnluOdig APPRtlVL:O t. MULLEN a p ay 29 1 131h Ave S '1lh c�'I'oa 2920413Ih PIS 29012131h Ave5 yS \r 10LF 29208131h PIS 28105 171h Ave S Y1 LF 25214 131h PI 5 �V GRAPHIC SCALE TD D m =u I GENERAL NOTES: 1) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS CONSTRUCTION NOTES Q PLASTIC CROSSWALK LINE PLASTIC STOP LINE O P" TIC LINE Oi PLASTIC WADE LINE sQ PROFILED PLASTIC LINE © PLASTIC TRAFFIC ARROW LEGEND: PAVEMENTREPAIR LE? INLET PROTECTION INSERT My of Federal Way DRAFTED S ALIZAI DESIGNED J HUVNH HO DRAWING DATE N/REVISION LOG REVISION VISION 2022 PAVEMENT REPAIR PROJECT :ITY PROJECT N' 11223 CTHAVEQdonR"MI.W+7ny ; SITE PREP PAVING & CHANNELIZATION PLAN 13395 gTry AVE A FEDERµ SYAT WA B900J PHONE E REVIEWED C MULLEN v�-' �I -' SCHEDULE E REDONDO WAY S E-01 NMM1Y.CIY,'OFFEDE➢E ALNNv.COM C1IIbM�W114C APPROVED C-MULLEN GENERAL NOTES: 1) PLEASE REFER TO SHEET03 FOR PAVEMENT REPAIR DETAILS ]) EB SW CAMPUS DR AT 19TH AVE SW IS DETECTED BY VIDEO DETECTION CAMERAS. EXISTING LOOPS CAN BE REMOVED. 6 LF 71 SF SW CAMPUS DR >a CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE O PLASTIC STOP LINE Y.. (D PLASTIC LINE (D PLASTIC WOE LINE (D PROFILED PLASTIC LINE PLASTIC TRAFFIC ARROW '^ y/ \W Ta I� 2 0) R i LEGEND: PAVEMENT REPAIR IC �j i INLET PROTECTION INSERT f] am OF � DRAFTED 5 ALRAI DRAWING VERSION /REVISION LOG 2022 PAVEMENT REPAIR PROJECT r,-• ROJECT# 11223 ND- DATE R>�- Federal DESIGNED DESIGNED J HUYNH� SITE PREP, PAVING & CHANNELIZATION PLAN SEE F-01 r Centered on Opportunity L �,•l" 'rv;�.- REVIEWED CMULLEN B yTiIAVES TED@AALVA, WAMM :• PHONE (253)B35-27W WWW CITYOFFEDERALWAY w.•,~ibd L,l. Cale.-"uma SCHEDULE F SW CAMPUS DR & 19TH AVE SW COM APPROVED C MULLEN 24 of N 1 25 LF y 70 LF 9 S 344TH ST _ 3 LF I r:Af: 1111 S 344th ST b Q GENERAL NOTES: I) PLEASE REFER TO SHEET 03 FOR PAVEMENT REPAIR DETAILS CONSTRUCTION NOTES Qi PLASTIC CROSSWALK LINE Qi PLASTIC STOP LINE Qi PLASTIC LINE Q PLASTIC WIDE LINE Qs PROFILED PLASTIC GNE O PLASTIC TRAFFIC ARROW LEGEND: PAVEMENT REPAIR INLET PROTECTION INSERT DRAFTED: S AL -I ^ DRAWING VERSION/REVISION LOG 2022 PAVEMENT REPAIR PROJECT u1111223F �Tf R VERIy Federal Way ` DESIGNED J HWNH /p 9HEEi Cameted an Opportunity D332S STH AVE S FEDERAL WAY, WA fIS00] REVIEWED: C MULLEN lh SITE PREP, PAVING & CHANNELIZATION PLAN G-01 PHONE i (253) _ �C=IIL-hn SCHEDULE G S 344TH ST NYWHONEOFFEDERLWAYWAY COM ley ft APPRpVAPPROVEDC MIftLEN 25 OF 2H BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 1 30 1 35 1 40 1 45 1 50 55 1 60 1 65 1 70 LENGTH (feet) 155 1 200 1 250 1 305 1 360 1 425 495 1 570 645 1 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9 900 TO 22.000 Ibs HOST VENICLE WEIS3HT r 22,000 02e. < 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 3D0' SIGN SPACING = X (1 ) RURAL HIGHWAYS 80 85 MPH 800' 4 orn.r e...nc .e ■ re ueu eavi ., n UI—E K-- Art r--. 25 / 30 MPH 200' 4 [ RESIDENTIAL[ BUSINESS DISTRicTS UiRBAM STREETS 25 MPH OR LESS 10V 4 (2 ( I1�1TERSECTIOLL NS AND DRIVJEWAYS TO ACCOMMODATE (2R THIS SPACING V CN MAY BE REDUCED IN URBAN AREAS TO FIT OAD 50' TO 100' I6 DEVICE II M I I I AHEAD 48ROAD ;I x -08 EDI 1 t i S 48 W20-4 48" W20-7A FtDAi1 BE y x c WORK PREPARED w H T O STOP _ ` 48" .18 �� W2O••7 W20-713 I x W20-7B (OPTIONAL IF 40 MPH OR LESS) r LEGEND FLAGGING STATION q TEMPORARY SIGN LOCATION ® CHANNELIZING DEVICES I PROTECTIVE VEHICLE CITY OF DRAFTED S ALPAI DRAWING VERSION 1 REVISION LOG Federal Way . 'y hD DATE REVISION DESIGNED: J HUYNH rr`'• 1� Centered on OpWrturllty Sl1. IIT - 333266THAVES FEDERALWAY WAS6003 REVIEWED: C MULLEN PHONE (253)6352700 +'•4rJV�r WNW.CITYOFFEDERALWAY COM ^ Tw11]G'.irr Haim► APPROVED: C,MULLEN , W20-78 (OPTIONAL IF 40 MPH OR LESS( 48" 48" HE ROAD PREPARED WORK TO STOP I-•(Eq 4N' 48 4B" 48" > W20-7B DIVE LAN WZO-5 ROAD AHEAD W20-7A VV20-4 W20-7AVARE WM-7B(OPTIONAL IF 40 MPH OR LESS) 481, NE LAN W20-76 ROAD AHEAD CHANNELIZATION DEVICE SPACING FEET) MPH TAPER TANGENT 50 65 10 TO 20 80 35 45 10 TO 20 60 25 30 10 TO 20 40 48" qg�� ROADROADV2D� WORK 1, ALL SIGNS ARE BLACK ON ORANGE. H EA 46" 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS W20 t SHOULDER IS RECOMMENDED. 3, NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS, SEE THE STANDARD SPECIFICATIONS FOR ADDITIONAL DETAILS. 4. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2022 PAVEMENT REPAIR PROJECT "11223A 1-LANE,2-WAY TRAFFIC CONTROL WITH FLAGGERS SHEET TCP1 26 . 20 MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) LANE VI DTH (1eeq Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 Soo 550 — It 115 165 225 295 495 550 605 660 - - 12 125 180 245 720 540 600 660 720 780 840 MINIMUM SHOULDER TAPER LENGTH = U3 (feet) SHOULDER Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 B. 40 4D 60 90 120 130 1S0 160 170 190 10' 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 6' WORK LEGEND DI TEMPORARY SIGN LOCATION ® TRAFFIC SAFETY DRUM D,C�� SEQUENTIAL ARROW SIGN s4 TRANSPORTABLE ATTENUATOR PCMS PORTABLE CHANGEABLE MESSAGE SIGN CLOSED W20.5R SIGN SPACING = X (1) FREEWAYS k EXPRESSWAYS 55 J 70 MPH 1513p Y RURAL HIGHWAYS 60 j 65 MPH SAG' Y RURAL ROADS 45 J 55 MPFI 3L57' RURAL ROADS & URBAN ARTERIALS 35 r 40 MPH 35n RURALROADS BURBANARTERIALS RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' (i LIRBM4 STKETS _5 MPyf OR LESS ip0' • [_] 8 (1)MINA, �["• L 1 12) 7y NiTERCHANGE T4 FTT CHANNELIZA730N SPACING DEVICE fae4 MPH TAPER TANGENT 50 70 40 BO 15145 37 1 00 25/30 20 1 40 i �:.® g IG�Ia--U� 1.9kIRic ARE+. '. •.i, SEE NOTE BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 1 35 40 45 50 55 1 60 I 65 70 LENGTH (feet) 155 200 250 305 360 425 495 57D 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOSTYI-k1lL"LEWEhaIGHT 9.9AQfi0�IX70I. HOSTVElNCLEWEIGHT GAOiIddAA < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH 100' 1 123' 172' 74' 1 100' 1 150' PCMS 1 2 RIGHT 1 MILE LANE AHEAD CLOSURE 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. cm OF Federal Way DRAFTED: S.ALIZAI 4,a r DRAWING VERSION / REVISION LOG 2022 PAVEMENT REPAIR PROJECT CITY PROJECT 0 11223 NO. DATE REVISION DESIGNED J. HUYNH Centered on ❑pj70TTI7DVty 1, SXeEi n3fS ATH AM 5 E9€RY WAY WA pnol;J REVIEWED: C.MULLEN ly]r a SINGLE LANE CLOSURE FOR MULTI -LANE ROADWAY TCP2 PHONE 1253)835-2700 w+'+wur�tMFCw I'�' i2 W4.W CITY'OFFEDERALWAY COM {�B Y4n FII� APPROVED C MULLEN ---- U of M CHANNELIZ I ION DEVICE SPACING feel - WA I TAPER I TAN¢ENT /70 50 40 BO 25 �Ff 1, 0 1, 40 WORK WORK ROAD MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 f 45 50 1 55 1 60 1 65 70 10 105 150 205 270 450 500 1 550 1 - - 11 115 165 225 295 495 550 1 605 660 - - 12 125 180 245 320 540 600 1 660 720 - - � :Is DE eE OAREAARED PREPARED To 3ToP TO 5TUP hT ur x `'� is eLaslEa gHEAa. W20 7B ' .W7II,TA 46 W Se A 4C se. V10fac W20-?A W4-2(L) W20-7A nfi' Ae• EGHT LAN � CLOSED O Pf1E32 R 3II W20-5R W20-713 R BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 1 30 35 40 1 45 1 50 1 55 60 1 65 70 LENGTH (feet) 155 1 200 250 305 1 360 1 425 1 495 570 1 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9.900 TO 22.000 Ihs. HOST VEHICLE WEIGHT > 22-000 16s. < 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 REOUIRED LEGEND �'�4 LV�R}G4 !- FLAGGING STATION HEA n• It) TEMPORARY SIGN LOCATION Wm.f a CHANNELIZING DEVICES CDD SEQUENTIAL ARROW SIGN INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY PROTECTIVE VEHICLE - RECOMMENDED (TC4) N-T.S. ® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) --- DRAWING VERSION / REVISION LOG SIGN SPACING = X (1) RURAL HIGHWAYS 60 % 65 MPH BOO, ? RURAL ROADS 45 / 55 MPH 500' ? RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS B URBAN ARTERIALS 25 / 30 MPH 2O0' (: RESIDENTAL a BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' t t1 - ± ,U�57T1{Eyp�s .E INTERn4AROE �u k�yr p�& 7'O FIT IR A Y T10 p OPTIONAL IF 40 MPH OR LESS NOTES 1 RECOMMEND EXTENDING DEVICE TAPER (1­13) ACROSS SHOULDER 2 IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE" OR TURNED OFF DURING FLAGGING OPERATIONS. 3 MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS 4 ALL SIGNS ARE BLACK ON ORANGE. CITY OF GMf1ED 3.ALRAI 2022 PAVEMENT REPAIR PROJECT 11223 " 4 Igo GT Federal Way , DESIGNED HUVNH 7?`J REVISION 1' Cenlered On Opportunity REVIEWEDC ULLEN ,_ INTERSECTION LANE CLOSURE -FIVE LANE ROADWAY 33325 RTH AVES FEDERAL WAY WABe003 : MYr TCP3 E PHONE (253)935-27DD 'Inlnw - VMW.CIWOFFEDERALWAYCOM N,4IF+ APPROVED: C.MULLEN 28 or 29 GHANNELI1ZK-11ON DEVICE SPACING OBE0. MPH TAPER TANGENT s0no ao e6 35/45 1 40 25/30 1 20 1 40 -. _ _ _ _� ChMPl150�`�� I +4' ROAD WORK i H&A f 4N' If H.yy� YY-:Ik) W20-7A F � \ _FT L,TN CLOSED 1O PREJ'ARE31 W20-51L W20-7B LEGEND !- FLAGGING STATION ` p TEMPORARY SIGN LOCATION 13 CHANNELIZING DEVICES MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 ISO 205 270 450 500 550 - It 115 165 225 295 495 550 605 660 - - 12 125 180 245 }20 540 1 600 660 720 - - R R� r6Ep,�p@p. 1O TO SW c W20-7B ii0A0 wzo-7A waRx 59V.CAti1P1140R BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 1 65 70 LENGTH (feet) 155 1 200 250 305 360 425 495 570 1 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9.900 TO 22,000 Ihs. HOST VEHICLE WEIGHT > 22.000 IDS. < 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 HIGHWAYS 60 / AS MPH WT FWRAL. ROADS a5. / 55 MPH 5tw " RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350, RURAL ROADS A URBAN ARTERIAL& ?5 / 3p MPH 200' '+ RESIDENTAL8 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100- ' (2 I Y T gNTERCHANGE S Y 1 . 1 TO FIT 1O OPTIONAL IF 40 MPH OR LESS NOTES 1 RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER 2 IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE" OR TURNED OFF DURING FLAGGING OPERATIONS. 3 MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 4 ALL SIGNS ARE BLACK ON ORANGE, DC1> SEQUENTIAL ARROW SIGN C= PROTECTIVE VEHICLE - RECOMMENDED 0 TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) INTERSECTION LANE CLOSURE -FIVE LANE ROADWAY TC5 N.T.S.. CITY' 6K Federal V�I'ay Centered GDEALWArWA98y 33325 BTH AVE 5 FEDERAL WAY WA 9B003 PHONE (253) 535-2700 WMV-CITYOFFEDERALWAY.COM X CAbM elarf GRhflflf WRMP DRAFTED: S.ALUAI /3'11 , ��. .I y DRAWING VERSION/REVISION LOG G V 2022 PAVEMENT REPAIR PROJECT ��11223f NO. RATE R S DESIGNED J.HUYNH REVIEWED: L MULLEN INTERSECTION LANE CLOSURE -FIVE LANE ROADWAY TCP4 APPROVED C MULLEN 29 OF 2S a STATE OF WASHINGTON Profit Corporation BUSINESS LICENSE PUGET PAVING & CONSTRUCTION, INC. 10910 26TH AVE S LAKEWOOD WA 98499-8854 UNEMPLOYMENT INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE CITY ENDORSEMENTS: Issue Date: Feb 11, 2022 Unified Business ID #: 600403309 Business ID #: 001 Location: 0001 Expires: Apr 30, 2023 INDUSTRIAL INSURANCE - ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT - ACTIVE PUYALLUP GENERAL BUSINESS - NON-RESIDENT #2006314 - ACTIVE LAKEWOOD GENERAL BUSINESS #BL14-00228 - ACTIVE CHEHALIS GENERAL BUSINESS - NON-RESIDENT (EXPIRES 1/31/2023) - ACTIVE YELM GENERAL BUSINESS - NON-RESIDENT #12747 - ACTIVE BONNEY LAKE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/30/2022) - ACTIVE EATONVILLE GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/30/2022) - ACTIVE EDGEWOOD GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/3012022) - ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT #1351 - ACTIVE LACEY GENERAL BUSINESS - NON-RESIDENT #210770 (EXPIRES 6/30/2022) - ACTIVE MILTON GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/3012022) - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #28778 - ACTIVE PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT (EXPIRES 5/31/2022) - ACTIVE SUMNER GENERAL BUSINESS - NON-RESIDENT - ACTIVE TUMWATER GENERAL BUSINESS - NON-RESIDENT #R-017203 (EXPIRES 6/30/2022) - ACTIVE UNIVERSITY PLACE GENERAL BUSINESS - NON-RESIDENT - ACTIVE SEATAC GENERAL BUSINESS - NON-RESIDENT (EXPIRES 9/30/2022) - ACTIVE FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #14-104926-00-BL - ACTIVE STEILACOOM GENERAL BUSINESS - NON-RESIDENT (EXPIRES 6/30/2022) - ACTIVE SOUTH BEND GENERAL BUSINESS - NON-RESIDENT #595 (EXPIRES 6/30/2022) - ACTIVE OCEAN SHORES GENERAL BUSINESS - NON-RESIDENT (EXPIRES 8/31/2022) - ACTIVE This document lists the registrations, endorsements, and licenses authorized for the business named above. By accepting this document, the licensee certifies the information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be conducted in compliance with all applicable Washington state, county, and city regulations. Director, Department of Revenue ��.ut, z �i , STATE OF WASHINGTON Profit Corporation BUSINESS LICENSE { PUGET PAVING & CONSTRUCTION, INC. 10910 26TH AVE S LAKEWOOD WA 98499-8854 Issue Date: Feb 11, 2022 Unified Business ID #: 600403309 Business ID #: 001 Location: 0001 Expires: Apr 30, 2023 BREMERTON GENERAL BUSINESS - NON-RESIDENT #31117 (EXPIRES 12/31/2022) - ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. This document lists the registrations, endorsements, and licenses authorized for the business named above. By accepting this document, the licensee certifies the information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be CT�_ conducted in compliance with all applicable Washington state, county, and city regulations. Director, Department of Revenue 7/14122, 8:46 AM Corporations and Charities System BUSINESS INFORMATION Business Name: PUGET PAVING & CONSTRUCTION, INC. UBI Number: 600 403 309 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 10910 26TH AVE S, LAKEWOOD, WA, 98499-8854, UNITED STATES Principal Office Mailing Address: 10910 26TH AVE S, LAKEWOOD, WA, 98499-8854, UNITED STATES Expiration Date: 04/30/2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 04/30/1981 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT INFORMATION Registered Agent Name: GUNNAR GEHRING Street Address: 10910 26TH AVE S, TACOMA, WA, 98499-8854, UNITED STATES Mailing Address: 10910 26TH AVE S, TACOMA, WA, 98499-8854, UNITED STATES GOVERNORS Title Governors Type Entity Name GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL First Name STEFAN GUNNAR Last Name GEHRING GEHRING hfps://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation 1/1 7/14/22, 8:47 AM Washington State Department of Revenue < Business Lookup License Information: Entity name: PUGET PAVING & CONSTRUCTION, INC. Business name: PUGET PAVING & CONSTRUCTION, INC. Entity type: Profit Corporation UBI #: 600-403-309 Business ID: 001 Location ID: 0001 Location: Active Location address: 10910 26TH AVE S LAKEWOOD WA 98499-8854 Mailing address: 10910 26TH AVE S LAKEWOOD WA 98499-8854 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 2 Endorsements Filter Endorsements held at this loc License # Count Details Status Bonney Lake General Active Business - Non -Resident Bremerton General 31117 Active Business - Non -Resident Chehalis General Business - Active Non -Resident Eatonville General Business Active - Non -Resident Edgewood General Active Business - Non -Resident hftps://secure.dor.wa.gov/gteunauth/—/#3 New search Back to results Expiration dat First issuance Apr-30-2023 Jul-13-2021 Dec-31-2022 Dec-22-2021 Jan-31-2023 Jan-27-2022 Apr-30-2023 Jul-02-2021 Apr-30-2023 Jun-17-2021 1/3 7/14/22, 8:47 AM i Endorsements held at this loc License # Count Federal Way General 14-104926-00 Business - Non -Resident Fife General Business - Non -Resident Gig Harbor General 1351 Business - Non -Resident Lacey General Business - 210770 Non -Resident Lakewood General Business BL14-00228 Milton General Business - Non -Resident Ocean Shores General Business - Non -Resident Olympia General Business - 28778 Non -Resident Port Orchard General Business - Non -Resident Puyallup General Business - 2006314 Non -Resident Washington State Department of Revenue Details Status Active Governing People May include governing people not registered with Secretary o%State Governing people Title GEHRING, GUNNAR GEHRING, STEFAN Active Active Active Expiration dat First issuance Apr-30-2023 Sep-24-2014 Apr-30-2023 Dec-09-2013 , Apr-30-2023 Dec-01-2004 Apr-30-2023 Jun-29-2021 Active Apr-30-2023 Apr-04-2014 Active Apr-30-2023 Jun-11-2021 Active Aug-31-2022 Aug-19-2021 Active Apr-30-2023 May-03-2016 Active Apr-30-2023 Jun-07-2021 Active Apr-30-2023 Aug-07-2006 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 7/14/2022 8:47:51 AM I/ Cont..ct us https://secure.dor.wa.gov/gteunauth/_/#3 2/3 7/14/22, 8:47 AM Washington State Department of Revenue How are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https://secure.dor.wa.gov/gteunauth/_/#3 3/3 COUNCIL MEETING DATE: July I9, 2022 ITEM #:, 7C CITY OF FEDERAL WAY CITY COUNCIL AGENDA BILL SUBJECT: 2022 PAVEMENT REPAIR PROJECT BID AWARD POLICY QUESTION: Should the Council award the 2022 Pavement Repair Project to the lowest responsive, responsible bidder? COMMITTEE: Land Use and Transportation Committee MEETING DATE: July 11, 2022 CATEGORY: ® Consent ❑ Ordinance ❑ Public Hearing ❑ City Council Business ❑ Resolution ❑ Other STAFF REPORT B7': Jeff HUynh, Capital Engineer �I# DEPT: Public Works Attachments: 1. Land Use and Transportation Committee memorandum dated July 11, 2022 2. Bid Tabulation Options Considered: l . Award the 2022 Pavement Repair Project to Puget Paving and Construction, Inc., the lowest responsive, responsible bidder, in the amount of $317,943.40 and approve a contingency of $32,056.60 for a maximum contract amount of $350,000.00 and authorize the Mayor to execute the contract. 2. Do not approve the proposed award for the 2022 Pavement Repair Project and provide direction to staff. MAYOR'S RECONINIENDATION: Option 1 MAYOR APPROVAL: -7 LP G % DI RECTOR APPROV:II.. lu nrrl s r t Initial.Datc ImnalD-05; imn:d ]ter CO'I'NII EE RECOMMENDATION: 1 move to t(,t-Ward Option 1 to the July 19, 2022 consent agenda for approval C; Awryv-e-)l vev omtnittee Chair k Walsh. Comini ee Ic 2LMember Hoa Tran. Committee Member PROPOSED COUNCIL MOTION: '7 n �le to mvard the 2022 Pavement Repair Project to Puget Paving and Construction, Inc., the lowest responsive, responsible bidder, in the amount of S317,943.40 and approve a contingency of S32, 036.60 for a maximum contract amount of S350, 000.00 and authorise the )Mayor to execute the contract. " (BELOW TO BE COMPLETED BY CITY CLERK'S OFFICE) COUNCIL. ACTION: ❑ APPROVED COUNCIL BILL# ❑ DENIED First reading ❑ TABLEDIDEFERRED/N0 ACTION Enactment reading ❑ MOVED TO SECOND READING (ordinances only) ORDINANCE h REVISED— 1l2022 RESOLUTION # CITY OF FEDERAL WAY MEMORANDUM DATE: July 11, 2022 TO: Land Use & Transportation Committee VIA: Jim Ferrell. Mayor }I - J Walsh, P.G. Public Works Director FROM: Jeff Huynft. Capital Engineer 5� SUBJECT: 2022 Pavement Repair Project Bid Award Financial lm acts: The cost to the City for the 2022 Pavement Repair Project was included within the approved budget under the Public Works Department, 101 Fund Maintenance contracts. In accordance with the approved budget, this item is funded by $100,000 from 101 Fund maintenance contracts budget and $250,000.00 from the 102 Arterial Street Overlay Fund. Revenue for the 101 Fund is a combination of motor vehicle excise tax (MVET) and general fund. Revenue for the 102 Fund is a combination of MVET and real estate excise tax (BEET). No additional funds are needed for on -going operation and maintenance as this project is maintenance of existing infrastructures. Back round Information: Three bids were received and opened on June 29, 2022 for the 2022 Pavement Repair Project; please see attached Bid Tabulation Summary. The lowest responsive, responsible bidder is Puget Paving and Construction, Inc., with a base bid of $317,943.40. Public Works staff recommends that no alternative bid schedules be awarded. This project was bid via the public works small works roster process, and therefore the contract award must be less than or equal to $350,00.00. Financial Sumrnar Estimated Ex enditnres: Construction Contract $ 317,943.40 Construction Continvenc% $ 32.056.50 Total Estimated Expenditures $ 350,000.00 Available Fundin : 101 Fund (MVET / General Fund) $ 100,000.00 102 1=und (MVET RE ET) S _'50.000,00RE-ET) S _'50.000,00 Total Available Funding $ 350,000.00 Construction is anticipated to start in August 2022 with an estimated substantial completion date in late 2022. Rev 6/2020