AG 23-169 - MARONI CONSTRUCTION, INCRETURN TO: PW ADMIN EXT: 2700 ID #: 4277 (RFB - 4251 attached)
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Engineering
2. ORIGINATING STAFF PERSON: Jarred Larson EXT: 2758 3. DATE REQ. BY: 7/18/2023
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
0 PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: Former Bridges Barn Demo
S. NAME OF CONTRACTOR! Maroni Construction, Inc.
ADDRESS: 40214 306th Ave 5E, Enumclaw, WA 98022 TELEPHONE: 206-240-4099
E-MAIL: maroniconstinC agol com FAX:
SIGNATURENAME: Ric Maronl TITLE: V. 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 # BL, EXP. 12/31/ UBI # 602-510-626 , EXP. / /_
7. TERM: COMMENCEMENTDA7rF-: 4;; f Z�J COMPLETION DATE: Upon Comoletion
8. TOTAL COMPENSATION: $ 104250.24 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES d NO IF YES, MAXIMUM DOLLAR AMOUNT: $ 9,609.24
IS SALES TAX OWED: a YES ❑ NO IF YES, $ 9.609.24 PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: C34111-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED 1 V� C"(Wl-kA' INITIAL / DATE APPROVED
8 PROJECT MANAGER JL 7l5/2023
6 DIVISION MANAGER ° w°
nruerx
A DEPUTY DIRECTOR DSW 7/19/23
8 DIRECTOR = —
❑ RISK MANAGEMENT (IF APPLICABLE)
8 LAW DEPT KVA 7.20.2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 7/1012023 COMMITTEE APPROVAL DATE: 7/10/23
SCHEDULED COUNCIL DATE: 7/18/2023 COUNCIL APPROVAL DATE: 7118/23
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 7125/23 DATE REC' D: 8/1/23
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
6 LAW DEPT
8 SIGNATORY (MAYOR OR DIRECTOR)
6 CITY CLERK
❑ ASSIGNED AG # AGO
_ l
❑ SIGNED COPY RETURNED DATE SENT:
COMMENTS:
EXECUTE" 'ORIGINALS
LAC, u
1,2020
RETURN TO: PW ADMIN EXT: 2700 ID #: 4251
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / Engineering
2. ORIGINATING STAFF PERSON:
John Cole EXT: 2718 3. DATE REQ. BY: 5/31 /23
3. TYPE OF DOCUMENT (CHECK ONE):
p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
0 OTHER RFB d0QS -
4. PROJECT NAME: Former Bridges Barn Demo
5. NAME OFCONTRAC"rOR: TB
ADDRESS: TELEPHONE:
E-MAIL: FAX'
SIGNATURE NAME: TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/_ UBI # ., EXP./ /
7. TERM: COMMENCEMENT DATE: 6/7/23 COMPLETION DATE: 6/7/25
S. TOTAL COMPENSATION: $ TBD (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: I7 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
6 PROJECT MANAGER JC 5123/23
❑ DIVISION MANAGER �
❑ DEPUTY DIRECTOR DSW 6/1/23
❑ DIRECTOR = -
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 6/2/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EX ITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIURT*fXPIRATION 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)
❑ CITY CLERK
❑ ASSIGNED AG # AG#
❑ SIGNED COPY RC fIJRNED----� DATE SENT:
COMMENTS:
EXECUTE, 'ORIGINALS
1/2020
J�
CITY
Federalo.
Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
FORMER BRIDGES BARN DEMOLITION
PROJECT # 34111
RFB # 23-011
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way, WA 98003
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
FORMER BRIDGES BARN DEMOLITION
PROJECT # 34111
RFB # 23-011
Bids Accepted Until 1:00 p.m., June 231d, 2023 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
Jarred Larson
City of Federal Way
Public Works Department
The contract plans and specifications for this Project have been reviewed and approved by:
r _
Public Works Director/Deputy Public Works Director
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-i PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................1
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................2
BIDPROPOSAL.....................................................................................................................................................4
BIDBOND...............................................................................................................................................................8
SUBCONTRACTORLIST......................................................................................................................................9
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................10
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................11
PUBLICWORKS CONTRACT.............................................................................................................................12
SAMPLECONTRACT CHANGE ORDER .................. -....................... ............................................................... 19
CERTIFICATEOF INSURANCE..........................................................................................................................21
PERFORMANCEAND PAYMENT BOND ......................... .... .............. ...................... .......................................... 22
CONTRACTOR'S RETAINAGE OPTION............................................................................................................24
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
PREVAILINGWAGES AND BENEFIT CODE KEY.................................................................................................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-ii PROJECT #341 1 1 / RFB #23-01 1
CFW RFB VERSION 2023-APR
ADVERTISEMENT FOR BIDS
FORMER BRIDGES BARN DEMOLITION
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through June 23, 2023, at 1:00 p.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal
Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will
be opened and read publicly aloud in the Hylebos Conference Room, City Hall 33325 8th Avenue South, Federal
Way, Washington 98003 at 1:05 (TIME) p.m. on June 23, 2023.
This project shall consist of: Demolition, removal and disposal of existing building and foundation.
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. It is anticipated that Notice to Proceed will be
issued the first week of August 2023. Regardless of the date of award or Notice to Proceed, the Contractor must
complete all work within 30 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works,' and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda
and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line
for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require
assistance with access or registration. An informational copy of plans, specifications, and addenda are available
for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to John Cole, Civil Engineer, by email at
john.cole@cityoffederalway.com, or by letter addressed to same. Questions must be received by the City no later
than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective
Bidders before the submission of bids.
PRE -BID MEETING: An informational meeting will be held Thursday, June 151h, 2023 at 1:00 p.m. onsite at,
36612 8th Ave S, Federal Way, Washington, to discuss the project. All prospective bidders are strongly encouraged
to attend.
OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington
State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2023
(Standard Specifications), which is incorporated by this reference as though set forth in full.
All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid
deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall
be in accordance with the Contract.
The recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or
national origin 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 bids, waive any informalities or minor irregularities
in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents.
DATES OF PUBLICATION:
Daily Journal of Commerce Publish June 5th, 2023 and June 12th, 2023
Federal Way Mirror Publish June 9th, 2023 and June 15"', 2023
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-1 PROJECT #3411 1 / RFB #23-01 1
CFW RFB VERSION 2023-APR
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS
The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied
with.
(2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder
has thoroughly examined and is familiar with the bid and Contract Documents, the Project site, the
availability of materials and labor, publically available information, and has reviewed and inspected all
applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related
to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any
obligations with respect to the bidder's bid or the contract documents. No claim for additional
compensation will be allowed which is based upon a lack of knowledge of any contract documents,
statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as
required. Bidders shall become familiar with and verify any environmental factors, which may impact
current or future prices for this requirement.
(3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may
have with City's employees, agents, representatives, consultants, or design professionals regarding the
Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be
binding upon the City. Any questions must be directed to John Cole, Civil Engineer, by email at
john.cole@cityofederalway.com, or by letter addressed to same. The questions must be received by the
City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach
all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the
City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly
as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become
part of the bid.
(4) BID PRICE
The bid price shall include everything necessary for the completion of the Contract and the Work including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management,
superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All
Washington State sales tax and all other government taxes, assessments and charges shall be included
in the Bid as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
(5) POSTPONEMENT OF BID OPENING
The City reserves the right to postpone the date and time for the opening of bids by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any bid for any reason including, but not limited to, the reasons listed
in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid
and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of
the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants
in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material created
pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports
submitted to the City whenever practicable.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-2 PROJECT #341 1 1 / RFB #23-01 1
CFW RFB VERSION 2023-APR
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
❑ Bid: Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
❑ Subcontractor List: The Subcontractor List shall be filled in by the bidder.
❑ Contractor Certification —Wage Law Compliance: This form shall be filled in and fully executed
by the bidder.
❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by
the bidder.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the
Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate.
❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful
bidder will fully execute and deliver to the City the Contractor's Retainage Bond.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-3 PROJECT #341 l 1 / RFB #23-011
CFW RFB VERSION 2023-APR
BID PROPOSAL
FORMER BRIDGES BARN DEMOLITION
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: '. i 1 o 0 4. _Ln3AYL)CA-Ad"i 6c'.
Full Legal
Name of Firm
Contact: zl�z I L— V'[ , a-'r-bri I
Individual with Legal Authority to sign Bid and Contract
Address V2- 1 -) - 3 C) b A
Street Address
/�
l City, State Zfp
Phone: `2-&b-- 2 Li ,L/
�n ^
ti
E-Mail t Y, o, -o n I (!.L-)n S 1 ri a-o
Select One of the Following Corporation
❑ Partnership.
❑ Individual
❑ Other
State Contractor's License No.
iM► K-WC_ICHI me
State Contractor's License Expiration Date: —7 l 3 /
Month , , DayL'
State UBI No. p2 — `_ (v 1 -0 v v
State Worker's Comp. Account No.:
2 o2 q
Year
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-4 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
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 unR prices in numerical figures only, in dbtlars and cents to two (2) decimal places (including for whole dollar
amounts). All figures must be clearly legible. Bids with il6egible 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 canact obvious mathematical errors The City of Federal Way reserves ttre 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.
FORMER BRIDGES BARN DEMOLITION
All unit prices shall NOT include applicable sales tax.
Sales tax should be applied to the subtotal for this bid schedule.
Item
Spec.
Bid Item Description
Unit
Unit Price
Amount
No.
Div.
Qan
1
1-09
MOBILIZATION
LS
1
2b 00�,, &D
2Bi iiiJv,l�
2
1-04
MINOR CHANGE
FA
1
$20,000,00
$20,000.00
REMOVAL AND DISPOSAL OF
3
2-02
EXISTING BUILDING AND
LS
1
FOUNDATION
j c/ t17
4
2-02
BACKFILL AND FINAL
LS
1
�
�` �6-0.6z>
RESTORATION
.pc�
5
8-01
EROSIONANATER POLLUTION
LS
1
0Gbt
i�
CONTROL
1
6
8-02
PROPERTY RESTORATION
FA
1
$1,500 00
$$1,500.00
SUBTOTAL
$ciS. IY1,10
SALES TAX (10.10/6)
S
TOTAL
S ` y
BID SUMMARY
ITEM BID AMOUNT
i-
FORMER BRIDGES BARN DEMOLITION S'yx u�
"!
TOTAL BID AMOUNT
(including Washington State sales tax, all other S j Z Lf
government taxes, assessments and cha es) G -t � l
The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to
Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on
the Bidders Checklist), the Contract Documents (including Project Plans, Specif[cations, and all Appendices,
Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-5 PROJECT #34111 1 RFB #23-011
CFW RFB VERSION 2023-APR
7
Z L/
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
supplemental information listed on the Contract Checklist), the version of the Washington State Standard
Specifications For Road, Bridge, and Municipal Construction identified herein, and any other documents provided
to bidders and/or referenced in or referred to by the Contract Documents.
Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Protect, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges
as required by law.
NON -COLLUSION AFFIDAVIT
By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has
(have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise
taken any action in restraint of free competitive bidding in connection with this project.
To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the
toll -free hotline Mondaythrough Friday, 8.00 a.m. to5:00 p.m., Eastern Time. Anyonewith 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 proposal, the undersigned agrees as follows
(1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which
conflicts in any manner or degree with the work, services, equipment or materials required to be performed
and/or provided under this contract and that it shall not employ any person or agent having any such
interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires
such a conflict of interest, it shall immediately disclose such interest to the City and take action
immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and
(2) That no person or selling agency except bona fide employees or designated agents or representatives of
the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, brokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor
or any of its agents, employees or representatives, to any official, member or employee of the City or
other governmental agency with a view toward securing this contract or securing favorable treatment with
respect to the awarding or amending, or the making of any determination with respect to the performance
of this contract.
AFFIDAVIT OF ELIGIBILITY
The Contractor 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.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-6 PROJECT #34111 / RFB #23-011
CFWRFB VERSION2023-APR
Receipt of the following Addendums is hereby acknowledged
Addendum No. Date Issued:
Addendum No. Date Issued:
Addendum No. Date Issued:
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporation.
r
By: -
Signature Wn
Printed Name
Pre" S i � C'r\+
IITI T
Subscribed and sworn to before me this day of � (-)ry m413
Signature of Notary
Printed name of Notary
Notary Public in and for the State f Washin tan
My commission expires: 91 ! � Z -
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-7 PROJECT #34111 / RFB 423-011
CFW RFS VERSION 2023-APR
BID BOND
FORMER BRIDGES BARN DEMOLMON
OPTION 1: BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of
$ , which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Title
—OR—
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
Maroni Construction Inc— i as Principal, and
Old Republic SLIretY Company as Surety, are held and firmly bound unto the City
of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the payment
of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and
assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shad make any award to the Principal for the above -
mentioned Project according to the terms of the proposal or bid made by the R incipat therefore, and the Principal
shall duly make and eater into a contract with the Obligee in accordance with the terms of said proposal or bid
and award and shall give bond For the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the
deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain
in full force and effect; and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated
damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 23rd DAY OF June 20 23
Mar nstruc�n ink Old R public Surety Camp ny.
rrncipal — Signature of Authorized Official Surety — Attorney in Fact Katharine J. Snider
(Attach Power of Attorney)
Title
Name and Address of Local Office/Agent of Surety Company is:
Propel Insurance
601 Union Street. Suite 3400
Seattle. WA 98101
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-8 PROJECT 934111 / RFB #23-011
CF W RFB MMSrou 202a-ArR
Provided to Builders Exchange of WK, Inc_ For usage Cord�_tions Agreement see www.bxwa.com - Always Verify Scal
t**gt
* OLD REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
Eric A. Zimmerman, Cynthia L. Jay, Julie R. Truitt, Jamie L. Marques, Carley Espiritu, Aliceon A Kekner, Christopher Kinyon, Diane M. Harding, Annelies M. Richie,
Brandon K. Bush, Jacob T Haddock, Holli Albers, Alyssa J. Lopez, Katharine J. Snider, Amelia G. Burrill, Justine Dean Price, Lindsey Elaine Jorgensen, Alexa Manley of Tacoma, WA
its true and lawful Attomey(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than ball bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attomeys-in-Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attomey-in-fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attomeys-in-fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVES] FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 16th day of September 2022
S; it OLD REPUBLIC SURETY COMPANY
QrF'.
+� SEAL
4",Secreta ^ �. President
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 16th day of September 2022 personally came before me, Alan PavliG
and Karen J Haffner to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the sald instrument by the authority of the board of directors of said corporation.
:�UOL�r°;;� Notary Public
My Commission Expires: Se terrlber 212026
CERTIFICATE (Expiration of notary's commission does not invalidate this instrument)
I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors sat forth in the Power of
Attorney, are now in force.
788560 ` n SEAL
nn
* $P
ORSC 22262 (306) "
Propel insurance Agency LLC
Signed and sealed at the City of Brookfield, WI this 23rd
June 2023
�Ir�d■alay of
SUBCONTRACTOR LIST
Amilk
� Washington state
III Department of Tiransportartlen Subcontractor List
Prepared in compliance with RCW 39.30.060 es amended
To Be Submitted with the Bid Proposal
Project Name O Ql ❑ L j
ti
Fallurs to list subcontractors with whom the bidder, If awarded the contract, will directly subcontract for performance of the
work of structural steel instatlaUan, rebar Installation, heating, wnUlrilon and air conditioning, plumbing, as described in
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more 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 structural steel installation,
rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below. The work to be performed Is to be listed below the subcontractors) name.
To the extent the Project includes one or more categories of work referenced in RCW 39.30.059, and no subcontractor is
listed below to perform such work, the bidder certifies that the work will either (I) be performed by the bidder itself, or (its be
performed by a lower Her subcontractor who wit not contract directly with the bidder.
Subcontractor Name N o r+.w es }` Y r �)�����-
Work to be performed V r
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
' Bidder's are notified that it is the opinion of the enforcement agency [hat PVC or metal conduit, junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even if the instaAalion is for future use and no wiring or electrical
current is connected during the project
DOT Form 271-016
Revised 0612020
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-9 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified
below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding
citation and notice of assessment issued by the Washington State Department of Labor and industries or through
a civil judgment entered by a court of limited or general jurisdiction to have willfully violated; as defined in RCW
49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the
Request for Bids.
Bidder Name Y i 4Q`D� tb �
Print Full Legal Name of Firm
By. L
�� L V " a-rt) n I�
Signature of Authorized Person Pant Name of Person Making Certifications for Finn
Title: V ° pccs i v u- l Place: P�W ►J
Fide of Person Signing Certificate Print City and State Where Signed
Date: SlWr\e 23 i 2,,0,2,3
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-10 PROJECT #34111 1 RFB 423-011
CFWRFB VERSION 2023-APR
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
fad APWA-WA Division 1 Committee rev.1j812016
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 Weighty
of Recycled Material, of the Standard Specifications.
Proposed total percentage: l cyc) C7'z' percent.
Note. Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal. in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03. l of the Special
Provisions. Regardless, the Bidder's staffed proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.i
Bidder: V Y `0. rb n j C, D n 3+rtJ c-7 t i cP,A �. C.
Signature of Authorized Official:
Date: J �z✓ 2� b 23
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-11 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 'Zf� day of u. 20 _and
is made by and between the City of Federal Way, a Washington municipal corporation'(" City or Owner"), and
Maroni Construction, Inc., a Washington Corporation ("Contractor"), for the project known as Former Bridges Barn
Demolition (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other
items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the
Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance
with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within
the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to
such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed One Hundred Four Thousand Seven Hundred Fifty and 24/100 Dollars ( $104,750.24),
which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall
be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance
and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed
in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such time as
Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for
partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-12 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
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 FORMER BRIDGES BARN DEMOLITION
RFB-13 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
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 anyway, 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 FORMER BRIDGES BARN DEMOLITION
RFB-14 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any
other documents provided to bidders and/or referenced in or referred to by the Contract Documents.
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance with
the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue
a Change Order at any time making changes within the general scope of the Contract, without invalidating the
Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be
construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid
or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be
considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be
entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest
or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing
notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment
is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims
consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special,
consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or
suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties.
If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such
manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of
defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting
loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor
such guarantee or warranty. This obligation survives termination of this Contract.
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations
and rights hereunder without the prior written consent of the City. In the event the City consents to any such
assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities
under this Contract.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-15 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from
the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial
Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and
(ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of
action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim,
cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive
jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's
failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action.
It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor
asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall
permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the
claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof,
or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to
declare one breach or default does not act as a waiver of the City's right to declare another breach or default.
8.12 Sole Authority/Discretion/Judgment. Where the Contract Documents provide the City or its Engineer
with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered
unconditional and absolute.
8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 Engineer. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the actions
of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: [Jarred Larson, Principal Surface Water Inspector, City of Federal
Way.]
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: Maroni Construction, Inc.
Attn: Ric Maroni
40214 3061h Ave SE
Enumclaw, WA, 98022
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-16 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
ENGINEER: City of Federal Way
Attn: Jarred Larson
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 Com fiance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with
provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties
incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW
60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities,
increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of
the bond.
DATED the day and year set forth above.
(signature page follows)
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-17 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
CITY OF FEDERAL WAY:
errel, Mayor
3 25 8th Avenue South
edeml Way, WA 98003-6325
ATTEST:
ha ie Courtney, CMC, City(Ie k
APPR VED AS TO F M:
r J. yan Call, City Attorney
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
ss..
COUNTY OF KI VI )
CONTRACTOR:
Srgnatureof Authorized Individual
-Rork /�iaY'd V1 1
Printed Name of Authorized Individual
Street Address
Zi lvi4iedOLw oc,
City, State, Zip
On this day personally aepeared before me to me known to be
the \A u l7 ",�ri &_tom _of hn ooMy\ j CoASjyuS- O t%t executed the foregoing
instrument, and a knowledged 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 they were authorized to execute said
instrument and that the seal affixed, if any, is the corporate seal of said corporation.
t
GIVEN my hand and official seal this � day of .202.3
DELLA M CROSSLEY
NOTARY PUBLIC #88957
STATE OF WASHINGTON
COMMISSION EXPIRES
NOVEMBER 6, 2026
CITY OF FEDERAL WAY
0-- W- -
(typed/printed name o tary)
Notary Public in and for the State of Washington.
My commission expires K N is , -C.0 1.0
FORMER BRIDGES BARN DEMOLITION
RFB-18 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
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: JINCREASE $ 1 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 FORMER BRIDGES BARN DEMOLITION
RFB-19 PROJECT #3411 1 / RFB #23-011
CFW RFB VERSION 2023-APR
Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant. to
Change Order except as specifically described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR
DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-20 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-21 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
Client#: 179355 MAROCONSI
DATE (MMIDDNYYY)
ACORDTm CERTIFICATE OF LIABILITY INSURANCE 17/26/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED. the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER E. CT Patti Gradel
Propel Insurance A1C, ENo. E>n}; 800 499-0933 �, No)_:_ 866 577-1326
1201 Pacific Avenue; Suite 1000pR�is, path.grades®propelinsurance.com
COM Small Business INSURER(S) AFFORDING COVERAGE NAICA
Tacoma, WA 98402-4321 INSURER A: Ohio Security Insurance Company 24082
INSURED
Maroni Construction Inc.
PO Box 852
Enumclaw, WA 98022
INSURER B : The Ohio Casualty Insurance Company 24074
INSURER C : United Financial Casualty Company 11770
1 INSURER D
rnVPPAnPg CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE NSR
,gip
POLICY NUMBER
PCIO Y ELF
IRAM1DC
LIMITS
A
COMMERCIAL GENERAL LIABILITY
BKS57707923
1/01/2023
01/01/2024
EACH OCCURRENCE $1,000,000 _
DAMAGE TO RENTED
PREMISES Eaoccurrence $1,000,000
CLAIMS -MADE L-J OCCUR
MED EXP (Any one person) $15 000
PERSONAL & ADV INJURY
$11000000
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$2,000,000
PRODUCTS -COMP/OP AGG
$ 2,000,000
PRO -
POLICY � JECT LOC
—I
OTHER:
C AUTOMOBILE LIABILITY
037935812
ID6/09/2023
06/09/202
COMBINED SINGiELIM1T
Ea arxido t
2,000,000
BODILY INJURY (Per person)
$
ANY AUTO
BODILY INJURY (Per accident)
PROPERTY DAMAGE
Per accidenl
$
—
$
-Xi _
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
X AUTOS ONLY X AUTOS ONLY
$
I
B
UMBRELLA UAB X OCCUR
US057707923
ID1/01/2023
01/01/2024
EACH OCCURRENCE
$1 00O 000
AGGREGATE
$11,000,000
EXCESS LIAR CLAIMS -MADE
DWD 1 X RETEN11ONS 0000
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
A ANY PR4PRIETORIPARTNERIEXECUTIVE�
OFFIGERRuIEMBER EXCLUOED7 N N I A
(Mandatory in NH)
BKS57707923
WA Stop Gap
D1/01/2023
OTH-
01/01/202 PER T FR
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
$$1 000 000
$$1,000 000-
If yer:RIPTION OF OPERATIONS below s, describe under
. DFS
! E.L. DISEASE -POLICY LIMIT
.., _
$$2 OOO OOO
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: Project #34111 Former Bridges Barn Demolition;
Additional Insured Status applies per attached form(s).
CERTIFICATE HOLDER UANI CLLA I IVIV
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
y y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Ave S. ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way, WA 98003
AUTHORIZED REPRESENTATIVE
1
V lUtHS-21.1I0 AI:VKU GVKYVKAIIVIN. All rlg"15 reserves.
ACORD 25 (2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S6056215/M6056211 SXS00
PERFORMANCE AND PAYMENT BOND
FORMER BRIDGES BARN DEMOLITION
The City of Federal Way ("City") has awarded to Maroni 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 Principal, and Old Republic Surety Company ("Surety'), a corporation organized under the laws of the State
of Wisconsin and licensed to do business in the State of Washington as surety and named in the current list of
"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau
of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in
the sum of One Hundred Four Thousand Seven Hundred Fifty and 24/100 US Dollars ($104,750.24) Total
Contract Amount, subject to the provisions herein.
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and
conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes
incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under
Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full
force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed,
original power of attorney for the office executing on behalf of the surety.
PRINCIPAL: Maroni Construction Inc.
c-
7/28/2023
PrKcipalSignature Date
Name
CITY OF FEDERAL WAY
SURETY: Old Republic Surety Company
7/2812023
Suret ignature
Date
A! ssa J. Lopez
►N�111�+'�+r��
QMA�4,,.
Printed Name
��` 't ...
Attorney -in -Fact
4'r';'
Title
'ter a' '•....• ;.
FORMER BRIDGES BARN DEMOLITION
RFB-22 PROJECT #34111 / RFB #23-011
CFW RFB VERSION 2023-APR
LOCAL OFFICE/AGENT OF SURETY:
Propel Insurance
Name
601 Union Street, Suite 3400
Street Address
Seattle WA 98101
City, State, Zip
206 676-4200
Telephone
BOND NO.: 7450742
APPROVED AS TO FORM: lo
I` et : J Ryan Call, City Attorney
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-23 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
* �r
* OLD
REPUBLIC SURETY COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint:
Eric A. Zimmerman, Cynthia L. Jay, Julie R. Truitt, Jamie L. Marques, Carley Espiritu, Aliceon A. Kellner, Christopher Kinyon, Diane M. Harding, Annelies M. Richie,
Brandon K. Bush, JacobT Haddock, Holli Albers, Alyssa J. Lopez, Katharine J. Snider, Amelia G Burrill, Justine Dean Price, Lindsey Elaine Jorgensen, Alexa Manley of Tacoma, WA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this 16th day of September 2022
OLD REPUBLIC SURETY COMPANY
r 'o�von�rt O
SEAL a
o
co••
Ass. ,anl 5ecrela President
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 16th day of September 2022 , personally came before me, Allan PaYL,
and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
'�UB►� ` Notary Public
My Commission Expires: September 28. 2026
CERTIFICATE tt, i1I1 (Expiration of notary's commission does not invalidate this instrument
I, the undersigned, assistant secretary of tile`OLLJC,SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has i �'bE VOK*."And furthermore, that the Resolutions of the board of directors set forth in the Power of
1
Attorney, are now in force.. 00rr; ,
9�.c surtFrf Q <3
28th July 2023
W Gow
s 788560 SEAL neap t t �;ty of Brookfield, WI this day of
c } _ �'.. : +
r .,� ,ors
ORSC 22262 (3-06)!/jr
+�//llll�llt�t
Propel Insurance Agency LLC
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: Former Bridges Barn Demolition
RFB No: 23-011
Contractor: Maroni 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.
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:
RI Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
0 Option 2: Deposited in an interest -bearing account in a bank, mutual savings bank, or savings and
loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a
separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The
City will provide the agreement to the Contractor if this option is selected.
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.
antractor Signature Date
CITY OF FEDERAL WAY FORMER BRIDGES BARN DEMOLITION
RFB-24 PROJECT #34111 / RFB 423-011
CFW RFB VERSION 2023-APR
BUSINESS INFORMATION
Business Name:
MARONI CONSTRUCTION, INC.
UBI Number:
602 510 626
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
40214 306TH AVE SE, ENUMCLAW, WA, 98022-7783, UNITED STATES
Principal Office Mailing Address:
PO BOX 852, ENUMCLAW, WA, 98022-0852, UNITED STATES
Expiration Date:
06/30/2024
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
06/09/2005
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION
REGISTERED AGENT INFORMATION
Registered Agent Name:
GINA MARONI
Street Address:
41107 292ND AVE SE, ENUMCLAW, WA, 98022-7803, UNITED STATES
Mailing Address:
41107 292ND AVE SE, ENUMCLAW, WA, 98022-7803, UNITED STATES
GOVERNORS
Title
GOVERNOR
GOVERNOR
Governors Type
INDIVIDUAL
INDIVIDUAL
Entity Name First Name
GINA
RICHARD
Last Name
MARONI
MARONI
8/1/23; 2:29 PM
Washington State Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name:
MARONI CONSTRUCTION, INC.
Business
MARONI CONSTRUCTION INC
name:
Entity type:
Profit Corporation
UBI #:
602-510-626
Business ID:
001
Location ID:
0001
Location:
Active
Location address: 40214 306TH AVE SE
ENUMCLAW WA 98022-7783
Mailing address: PO BOX 852
ENUMCLAW WA 98022-0852
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Endorsements
Endorsements held ; License # taunt Details Status Expiratiot First issue
https://secure.dor.wa.gov/gteunauth/_/#3 1 /3
8/1/23, 2:29 PM Washington State Department of Revenue
Endorsements held i License # Count Details Status
Federal Way
General Business -
Non -Resident
Active
Expiration First issua
Jul-31-20, Jul-26-20,
Governing People May include governing people not registered with Secretary of State
Governing people Title
MARONI, GINA
MARONI, RICHARD
Registered Trade Names
Registered trade names Status
MARONI CONSTRUCTION, Active
INC.
First issued
Jun-09-2005
The Business Lookup information is updated
nightly. Search date and time: 8/1/2023 2:29:13
PM
Contact us
How are we doing?
Take our survey!
Don't see what you expected?
https://secure.dor.wa.gov/gteunauth/_/#3 213
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, 2023 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 FORMER BRIGES BARN DEMOLITION
SP-1 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the Former Bridges Barn Demolition 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 FORMER BRIGES BARN DEMOLITION
SP-2 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-3 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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
(December 30, 2022 APWA GSP, Option B)
The first sentence of the ninth paragraph, beginning with "Prospective Bidder desiring...",
is revised to read:
Prospective Bidders 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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-4 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-02.6 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, .the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid
on all alternates and additives set forth in the Proposal Form unless otherwise specified.
Add the following new section:
1-02.60) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into
the project, using the form provided in the Contract Provisions.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-5 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-02.10 Withdrawina, Revising, or Suoplementinq Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for receipt
of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(December 30, 2022 APWA GSP)
Delete this section and replace it with the following:
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a subcontractor list (WSDOT
Form 271-015), if applicable, as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Disadvantaged Business
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in
Section 1-02.6;
i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) 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;
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-6 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 (WSDOT Form 272-054),
if applicable, as required in Section 1-02.6, or if the documentation that is
submitted fails to meet the requirements of the Special Provisions;
I. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-7 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form shall
also include a requirement that each of its subcontractors shall have and
document a similar procedure to determine whether the sub -tier subcontractors
with whom it contracts are also "responsible" subcontractors as defined by
RCW 39.06.020.
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 Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective management
by the Bidder of making timely and appropriate payments to its subcontractors,
suppliers, and workers, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
Name of project
The owner and contact information for the owner;
A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-8 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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.
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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-9 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with
this determination, it may appeal the determination within two (2) business days of the
Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria.
Such requests shall be in writing, describe the nature of the concerns, and propose
specific modifications to the criteria. Bidders shall submit such requests to the Contracting
Agency no later than five (5) business days prior to the bid submittal deadline and address
the request to the Project Engineer or such other person designated by the Contracting
Agency in the Bid Documents.
1-03.1 Consideration of Bids
(December 30, 2022 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 A enc , 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
(December 30, 2022 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the
tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the higher#
percentage of recycled materials in the Project, per the form submitted with the Bid
Proposal. If those percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-10 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest progosed rec tied materials amount are eligible to draw.
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 5 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
VII I 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:
Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-11 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations,
duties, and conditions under the Contract, including but not limited to the
duty and obligation to indemnify, defend, and protect the Contracting
Agency against all losses and claims related directly or indirectly from any
failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform and
comply with all contract obligations, conditions, and duties, or
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
(December 30, 2022 APWA GSP)
Revise this section to read:
All 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,
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-12 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Standard Specifications,
8. Contracting Agency's Standard Plans or Details (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-05 CONT OL OF WORK
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced,
or have work the Contractor refuses to perform completed by using Contracting Agency
or other forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of
loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
required, and costs for repair and replacement of work of others destroyed or damaged
by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this section.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-13 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
1-06.11 1 Substantial Cam pletion 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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-14 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
The Contractor will not be allowed an extension of Contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the Contract, but
shall not imply acceptance of the work or that all the obligations of the Contractor under
the Contract have been fulfilled.
1-05.11 3 Operational Testin
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 One -Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's notice.
In case of an emergency, where damage may result from delay or where loss of
services may result, such corrections may be made by the Contracting Agency's
own forces or another contractor, In which case the cost of corrections shall be
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-15 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
1-06.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.15 Method of Serving Notices
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice
of dispute, or other correspondence constituting notification required to be furnished under
the Contract, must be in paper format, hand delivered or sent via mail delivery service to
the Project Engineer's office. Electronic copies such as a -mails or electronically delivered
copies of correspondence will not constitute such notice and will not comply with the
requirements of the Contract.
Add the following new section
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes power
and water as a pay item.
1-05.18 Contractor's Daily Dia
(March 22, 2023 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.
3 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 in the Plans.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-16 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 FORMER BRIGES BARN DEMOLITION
SP-17 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 C F MATERLAL
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction
of the project. Approval of such material use shall be as detailed elsewhere in the
Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section
9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1-07 LEGAL RELATION5AND RESPON1S1131LITIES TO THI, 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 FORMER BRIGES BARN DEMOLITION
SP-18 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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
this area. The Contracting Agency will not adjust its payment if the Contractor bases a
Bid on a misunderstood tax liability.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-19 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2 1 State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines when
such are part of the roadway lighting system. For work performed in such cases,
the Contractor shall include Washington State Retail Sales Taxes in the various
unit Bid item prices, or other Contract amounts, including those that the Contractor
pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the work.
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full Contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason,
the Contractor shall not include the retail sales tax in the unit Bid item prices, or in
any other Contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools, machinery,
equipment, or consumable supplies not integrated into the project. Such sales
taxes shall be included in the unit Bid item prices or in any other Contract amount.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-20 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-07.2 3 Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.6 Permits and Licenses
(December 16, 2022 CFW GSP)
Section 1-07.6 is supplemented with the following:
Oversized Loads
The Contractor must obtain a permit from the City of Federal Way (Development Services
Division) for any Oversize / Overweight Loads. Loads are classified as oversized /
overweight if they exceed the following criteria:
Size
• 8'6" wide, 14' tall, 53' length (tractor/trailer)
0 40' single unit
• 75' overall with a truck and trailer
• 3' of front overhang and 15' of rear overhang
Weigh
• Heavy loads require a permit for overweight if they exceed the vehicle weight table
published by WSDOT. The gross vehicle weight for a vehicle or a vehicle
combination is determined by an overlapping set of three criteria: tire size, axle
weight, and the weight table.
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.
1-07.16 Protection and Restoration of Property
1-07.16 2 Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at
ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the plant.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-21 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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) Lumen
Attn: Jason Airey Attn: Lara Lant
3130 S 38th St 1208 NE 64th St
Tacoma, WA 98409 Seattle, WA 98115
Telephone: (206) 348-9637 Lara.Lant@Lumen.com
Telephone: (206) 765-9885
Puget Sound Energy (Gas)
Comcast
Attn: Katie Dierick
Attn: Kyle Kinney
Katie.Dierick@pse.com
410 Valley Ave NW
Cell: (253) 268-6331
Puyallup, WA 98371
Kyle_Kinney@comcast.com
Telephone: (253) 293-3838
Lakehaven Water & Sewer District
Attn: Naveen Chandra, P.E.
AT&T
31623 1st Avenue S
Attn: Steve Duppenthaler
Federal Way, WA 98063-4249
11241 Willows Rd NE, #130
NChandra@lakehaven.org
Redmond, WA. 98052
Telephone: (253) 946-5440
Telephone: (425)286-3822
Cell: (206) 966-8185
City of FIN IT Dept (City Fiber)
Zayo
Attn: Thomas Fichtner
Attn: Jason Tesdal
33325 8th Ave S
4905 Pacific Hwy E, Suite 4
Federal Way, WA 98003
Fife, WA 98424
Telephone: (253) 835-2547
Jason.Tesdal@zayo.com
Telephone: (253) 221-7585
King Co. Traffic (Signals & Lighting)
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-22 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
ADDITIONAL CONTACTS
King County Metro Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
South King Fire & Rescue
31617 1st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
1-07.18 Public Liability and Property Damage Insurance_
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(December 30, 2022 APWA GSP)
1-07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims -made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
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 FORMER BRIGES BARN DEMOLITION
SP-23 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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.
(March 9, 2023 WSDOT GSP)
Section 1-07.18(1) is supplemented with the following:
Under no circumstances shall a wrap up policy be obtained, for either initiating or
maintaining coverage, to satisfy insurance requirements for any policy required
under this section. A wrap up policy is defined as an insurance agreement or
arrangement under which all the parties working on a specified or designated
project are insured under one policy for liability arising out of that specified or
designated project.
(December 30, 2022 APWA GSP, cont)
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.
IF The Consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
■ Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether
the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes
limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-24 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor -provided insurance as set
forth herein, except the Contractor shall have sole responsibility for determining the limits
of coverage required to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG
20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18 4 Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided
shall not be construed as a waiver of Contractor's obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18 5 Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided
by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy
available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self -insured retention shall be the responsibility of the Contractor. In the event an
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-25 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 Liabili
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal & Advertising Injury each offense
$1,000,000 Stop Gap / Employers' Liability each Accident
(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.
(December 30, 2022 APWA GSP, cont.)
1-07.18 5 B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves
the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99
48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18 5 C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18 5 D Excess or Umbrella LiabiIit
(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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-26 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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)
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
(February 6, 2023 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane, ramp, shoulder, and roadway closures are subject to the following
restrictions:
• 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
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.
■ 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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-27 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 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.
• Lane closures shall not impact business access. All businesses shall
remain accessible by vehicles and pedestrian during business hours.
• Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at
all times throughout the project.
• 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.
• 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.
• For approved night work, it shall be the Contractor's responsibility to
obtain any required noise variance or exemption for such work.
• For approved night work, the Contractor shall, at no additional cost to
the City, make all arrangements for operations during hours of
darkness. Flagger stations shall be illuminated using a minimum 150-
watt floodlight. Lighting used for nighttime work shall, whenever
possible, be directed away from or shielded from residences and
oncoming traffic. Signs and barricades shall be supplemented by Type
C steady burn lights to delineate edge of roadway during the hours of
darkness.
• The Contractor may, if shown on a traffic control plan approved by the
Engineer, momentarily interrupt continuous two-way traffic to allow
one-way traffic (alternating directions / fagger controlled). Such
interruptions shall utilize qualified flaggers placed in strategic locations
to insure the public safety and minimize driver confusion.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-28 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
• For projects with bid schedules located in multiple locations throughout
the City, the Contractor shall not have personnel or subcontractors
working on -site at more than two schedules at any given time.
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. Exceptions to these restrictions are
listed below and when applicable take precedence over closures listed above. The
Engineer may also consider on a case -by -case basis additional exceptions
following a written request by the Contractor.
Lane, ramp, shoulder, and roadway 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.
5. 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) / Federal Way
320th Library / 11th PI S
Traffic Delays
When Automated Flagger Assistance Devices (AFADs) or flaggers are used to
control traffic, traffic shall not be stopped for more than two minutes at any time.
All traffic congestion shall be allowed to clear before traffic is delayed again.
If the delay becomes greater than two minutes, the Contractor shall immediately
begin to take action to cease the operations that are causing the delays. If the two
minute delay limit has been exceeded, as determined by the Engineer, the
Contractor shall provide to the Engineer, a written proposal to revise his work
operations to meet the two minute limit. This proposal shall be accepted by the
Engineer prior to resuming any work requiring traffic control.
There shall be no delay to medical, fire, or other emergency vehicles. The
Contractor shall alert all flaggers and personnel of this requirement.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-29 PROJECT 04111
CFW SPECIAL PROVISIONS VER. 2023.04
General Restrictions
Construction vehicles using a closed traffic lane shall travel only in the normal
direction of traffic flow unless expressly allowed in an accepted traffic control plan.
Construction vehicles shall be equipped with flashing or rotating amber lights.
No two consecutive on -ramps, off -ramps, or intersections shall be closed at the
same time and only one ramp at an interchange shall be closed, unless specifically
shown in the Plans.
Roads or ramps that are designated as part of a detour shall not be closed or
restricted during the implementation of that detour, unless specifically shown in the
Plans.
Controlled Access
No special access or egress shall be allowed by the Contractor other than normal
legal movements or as shown in the Plans.
Contractor's vehicles of 10,000 GVW or greater shall not exit or enter a lane open
to public traffic except as follows:
Egress and ingress shall only occur during the hours of allowable lane
closures, and:
1. For exiting an open lane of traffic, by decelerating in a lane that is
closed during the allowable hours for lane closures.
2. For entering an open lane of traffic, by accelerating in a closed lane
during the allowable hours for lane closures.
Traffic control vehicles are excluded from the gross vehicle weight requirement.
If placing construction signs will restrict traveled lanes, then the work will be
permitted during the hours of allowable lane closures.
Advance Notification
The Contractor shall notify the Engineer in writing of any traffic impacts related to
lane closure, shoulder closure, sidewalk closure, or any combination for the week
by 12:00 p.m. (noon) Wednesday the week prior to the stated impacts.
The Contractor shall notify the Engineer in writing ten working days in advance of
any traffic impacts related to full roadway closure, ramp closure, or both.
The Contractor shall notify the Engineer in writing of any changes to the stated
traffic impacts a minimum of 48 hours prior to the traffic impacts.
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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-30 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right
of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired
until the Engineer certifies to the Contractor that the right of way or easement is available
or that the right of entry has been received. If the Contractor is delayed due to acts of
omission on the part of the Contracting Agency in obtaining easements, rights of entry or
right of way, the Contractor will be entitled to an extension of time. The Contractor agrees
that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of signature. Written
releases must be filed with the Engineer before the Completion Date will be established.
1-07 28 Communication with Businesses and Property Owners
(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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-31 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023 04
memo to the businesses. The memo shall be approved by the City's Project Engineer prior
to distribution.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0 1 Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.0 2 Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
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).
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-32 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the Contracting
Agency's material testing lab; inspectors; and other Contracting Agency
employees or third party consultants when, in the opinion of the Engineer,
such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day for
the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll.
(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.
1-08.3 Progress Schedule
1-08.3 1 General Requirements
(October 3, 2022 WSDOT GSP, OPTION 2)
Section 1-08.3(1) is supplemented with the following:
In addition to information required in Items 1 through 6, the Progress Schedule
shall include the following milestones and/or activities:
7. Materials requiring long procurement or fabrication periods, such as
signal or light poles, structural elements, or mechanical items.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-33 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-08.3 2 A Type A Progress Schedule
(December 30, 2022 APWA GSP)
Revise this section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given
by the Engineer. The Contractor shall commence construction activities on the project
site within ten days of the Notice to Proceed Date, unless otherwise approved in writing.
The Contractor shall diligently pursue the work to the physical completion date within the
time specified in the contract. Voluntary shutdown or slowing of operations by the
Contractor shall not relieve the Contractor of the responsibility to complete the work within
the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted
the installation of high visibility fencing, as described in the Contract.
(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 Comoletion
(December 30, 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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-34 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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
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.
1-08.6 Suspension of Work
(February 6, 2023 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical materials.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-35 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Such purchase orders shall disclose the purchase order date and estimated delivery dates
for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
NONE
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 90 calendar days after execution by the Contracting Agency, whichever
occurs first.
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 $2100.00 for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to 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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-36 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
1-09 MEASUREMENT AND PAYMENT
1-09.6 Force Account
(December 30, 2022 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 the Engineer.
1-09.7 Mobilization
(March 22, 2023 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
(December 30, 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
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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-37 PROJECT #34111
CFW SPECIAL PROVISIONS VER 2023.04
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
Failure to perform 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
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
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-38 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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.
1-09.13 Claim Resolution
1-09.131 General
(December 30, 2022 APWA GSP)
Revise this Section to read
Prior to seeking claims resolution through arbitration or litigation, the Contractor
shall proceed in accordance with Sections 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.
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(31A 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
(December 30, 2022 APWA GSP)
Revise this section to read:
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-39 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 all
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
END OF DIVISION 1
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-40 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 2
EARTHWORK
2.01 CLEARIbIG. GRUBBING,AND ROADSIDE CLEANUP-
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Re uirements
2-01.3 3 Clearing Limit Fence
(April 12, 2018 CFW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing
with mesh openings 1'h-inch by 3-inches nominal and weigh at least 7 oz. per
linear foot. Either wood or steel posts shall be used. Wood posts shall have
minimum dimensions of 1'h inches by 1'/2 inches by the minimum length of 5 feet,
and shall be free of knots, splits, or gouges. Steel posts shall consist of either size
No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch,
U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel
posts having equivalent strength and bending resistance to the post sizes listed.
The spacing of the support posts shall be a maximum of 6'/z feet.
2-01.3(41 Roadside Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall be in accordance with Sections 9-14
and 9-15 and other applicable sections of the Standard Specifications or Special
Provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and other applicable sections of the Standard
Specifications. The Contractor shall review the work with the Engineer and receive
approval to proceed prior to commencing the work.
2-01.4 Measurement
(April 12, 2018 CFW GSP)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance,
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing
bid item.
"Roadside Cleanup", will be measured by force account.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-41 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023 04
"Tree Removal", will be measured per each and includes root removal.
2-01.5 Payment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", lump sum.
"Roadside Cleanup", force account.
"Tree Removal", per each.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02.3 Construction Requirements
(September 7, 2021 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The following miscellaneous Obstructions shall be removed and disposed of:
(October 4, 2021 WSDOT GSP, OPTION 5)
Section 2-02.3 is supplemented with the following:
Removal and Disposal of Asbestos Material
No asbestos is expected to be encountered. In the event Asbestos Containing Material
(ACM) is confirmed through contractor supplied testing, the Contractor shall immediately
notify the Engineer and the provisions of Section 1-04.7 shall apply. Prior to commencing
asbestos related work, the Contractor shall obtain all permits from and provide notification
to, the Washington State Department of Labor and Industries, the Washington State
Department of Ecology, the local clean air agency, and other permitting and regulatory
agencies with jurisdiction over the work involving asbestos as the laws, rules, and
regulations require. The Contractor shall ensure that the removal and disposal of asbestos
meets the requirements of EPA regulation 40 CFR Part 61, local health department
regulations, and all other applicable regulations.
(***BRIDGES BARN DEMOLITION -SPECIFIC SPECIAL PROVISION***)
Removal and Disposal of Existing Building and Foundation
The work entails obtaining all applicable permits and approvals to accomplish the
Demolition of the existing building and foundation as shown on the plans and described
within these contract documents. Temporary Construction Fencing shall be erected
around the perimeter of the jobsite as shown on the plans. Temporary Erosion Control Silt
Fence shall be erected around the perimeter of the jobsite as shown on the plans. The
contractor may elect to use high visibility silt fencing in lieu of temporary construction
fencing. No additional payment will be made for the use of high visibility silt fencing. The
existing building shall be demolished and the material waste hauled offsite. No portion of
the existing building will be allowed to remain intact onsite. No portion of the existing
foundation will be allowed to remain intact onsite, unless used for alternative backfill
material as described below. Portions of the structure have timber that is in good condition
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-42 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
and has the potential for salvageable value. Although salvaging and recycling of timber or
lumber is encouraged, it shall be at the contractors discretion and expense. Any material
that is salvaged, recycled, or repurposed shall be hauled offsite by the contractor at no
additional cost to the Contracting Agency. Salvaging, recycling, or repurposing of
materials will be considered incidental to the removal. No additional payment shall be
made for additional labor, materials, or disposal fees required to salvage, recycle, or
repurpose materials. Any saw cutting to facilitate the removal of the described structures
will be considered incidental to the removal of the described structures. The described
structures may contain reinforcement materials such as bracketry, bolts, beams, rebar or
others similar. No additional payment shall be made for additional labor, materials or
disposal fees required to demolish and remove such reinforcement materials. Any tree
removal to facilitate the removal of the described structures will be considered incidental
to the removal of the described structures. Disconnected underground power on the
exterior of the structure is to be removed from the structure and left in place.
Backfill and Final Restoration
The exposed area beneath the existing foundation shall be backfilled and restored
upon the removal of the existing foundation, stem walls and/or foundation slab. Backfill
material shall consist of Gravel Borrow material meeting WSDOT spec for Gravel Borrow,
Crushed Surfacing Base Course or Crushed Surfacing Top Course, or native backfill with
approval from the engineer. Backfill material will be uniformly spread in maximum 6 inch
lifts and mechanically compacted to an unyielding condition. This process will be
continued until the grade is brought up to within 4 inches of the adjacent undisturbed area,
after which a 4 inch layer of Crushed Surfacing Top Course will be spread uniformly and
mechanically compacted to an unyielding condition. Compaction effort will be verified
visually in the field.
Alternatively to the backfill process just described, recycled concrete material generated
and crushed onsite may be used an alternative backfill material. If the contractor elects to
follow this alternative backfill process it will be at his sole convenience. Onsite generated
concrete backfill shall be crushed to a maximum 3" size and also contain some fines to
encourage compaction. It will also be free of concrete reinforcement, such as rebar, and
other deleterious materials. This onsite generated concrete backfill shall be uniformly
spread in maximum 6 inch lifts and mechanically compacted to an unyielding condition.
This process will be continued until the grade is brought up to within 4 inches of the
adjacent undisturbed area, after which a 4 inch layer of Crushed Surfacing Top Course
will be spread uniformly and mechanically compacted to an unyielding condition.
Compaction effort will be verified visually in the field.
2-02.3 5 Admust Existing Utility to Grade
(April 1 Z 2018 CFW GSP)
2-02.3(5) is a new section:
As shown in the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work, familiarize
himself with the existing utility locations. The Contractor shall adjust City -owned
utilities. Final adjustment shall be smooth and flush with finished grade. The
Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for
adjusting utilities to grade, including coordinating the work with other utilities, shall
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-43 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
be incidental to the various items of work and no additional compensation will be
allowed.
Existing facilities shall be adjusted to the finished grade as shown in the Drawings
and as further specified herein. Existing box, ring, grate, and cover shall be reset
in a careful and workmanlike manner to conform to the new grade. Special care
shall be exercised in all operations. Any damage occurring to the manholes,
concrete inlets, monument cases, valve boxes, or water mains, due to the
Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a
copy of these references to the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete
collar installed and restored with 3 inches of crushed surfacing top course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See City standard
detail for Utility Adjustment.
2-02.3(6) Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in such
a manner that they remain functional and undamaged. Utilities indicated to remain that
are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.5 Payment
(December 1, 2021 CFW GSP)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Removal and Disposal of Existing Building and Foundation" per lump sum.
"Backfill and Final Restoration" will be per lump sum.
The lump sum price for "Removal and Disposal of Existing Building and Foundation" shall
be full pay for all labor, tools, materials, equipment, permit fees, salvaging, demolition,
haul and disposal as shown in the Plans or directed by the Engineer.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-44 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
The lump sum price for "Backfill and Final Restoration," shall be full pay for all labor, tools,
materials, equipment for backfill, compaction of the building site including areas disturbed
for any decommissioned utilities.
2-03 ROADWAY EXCAVATION AND EMBANKMF_NT
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where appropriate.
The removed pavement shall become the property of the Contractor and shall be removed
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense
and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be
made.
2-03.3 Construction Requirements
Section 2-03.3 1 D 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 Engineerfor 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 Backfillins
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or provide
import Gravel Borrow as required to complete the work. Backfill all embankments
in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-46 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Section 2-03.304]N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each section
shall be sufficiently small so that the removal of soil and placement of backfill can
be accomplished on the same day. No soil shall be left un-compacted and exposed
to water. Soil that is too wet for compaction shall be removed and replaced with
Gravel Borrow material. Grading and earthwork should not be accomplished
during periods of heavy continuous rainfall.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidder's inspection,
before the opening of bids, at the Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross -sections will be furnished
to the successful bidder on request to the Engineer.
(***BRIDGES BARN DEMOLITION -SPECIFIC SPECIAL PROVISION`)
Section 2-03.4 is supplemented with the following:
If the Contractor 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.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-46 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
2-09.3 Construction Requirements
2-09.30) General Requirements
(March 22, 2023 CFW GSP)
Section 2-09.3(1) is supplemented with the following:
All shoring, including sheeting and bracing, or equivalent trench stabilization and
worker protection system required to perform and protect the excavation, and to
safeguard the personnel who may enter the excavation, shall be furnished by the
Contractor. If workers enter any trench or other excavation four feet (4) or more
in depth that does not meet the open pit requirements as generally set forth in
Section 2-09.3(3)B, it shall be shored.
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work, the Contractor shall remove all shoring, unless
otherwise shown in the Plans or directed by the Engineer.
The Contractor is advised that the Contracting Agency has not so delegated, and
the Engineer does not purport to be, a trench excavation system safety expert, is
not so engaged in that capacity under this Contract, and has neither the authority
nor the responsibility to enforce construction safety laws, rules, regulations, or
procedures, or to order the suspension of work for claimed violations of trench
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
inspection shall not make the Contracting Agency responsible for the enforcement
of such laws, rules, regulations, or procedures, nor shall such make the
Contracting Agency responsible for construction means, methods, techniques,
sequences, procedures, or for the Contractor's failure to properly perform the Work
necessary for proper trench excavation.
2-09.3(1)D Disposal of Excavated Material
(March 17, 2020 CFW GSP)
Replace the third paragraph with the following:
If the Contract includes Structure Excavation, Class A or B, including haul;
Shoring or Extra Excavation, Class A or B; or Trench Safety System, the
unit contract price shall include all costs for loading and hauling excavated
materials to a permitted disposal site, or to and from a temporary stockpile.
Any such stockpiled materials, either suitable or designated for
incorporation into the project, shall be handled in accordance with Section
2-09.3(1)E.
2-09.3(1)E Backfilling
(April 12, 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of Structures
and Obstructions shall be a necessary part of and incidental to the
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-47 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
2-09.3(3) Construction Requirements, Structure Excavation, Class A
2-09.3(3)F Trench Safety Systems
(March 17, 2020 CFW GSP)
Add the following new subsection:
The Contractor shall provide all materials, labor, and equipment necessary
to shore trenches to protect the Work, and existing improvements and
natural features not designated for removal, and to provide safe working
conditions in the trench. The Contractor may elect to use any combination
of shoring and overbreak, tunneling, boring, sliding trench shield, or other
method of accomplishing the Work consistent with applicable local, State,
or Federal safety codes.
If workers enter any trench four (4) feet or more in depth that does not meet
the open pit requirements of Section 2-09.3(3)B, the excavation shall be
shored as provided in Section 2-09.3(4). The Contractor alone shall be
responsible for worker safety, and the Contracting Agency assumes no
responsibility.
Upon completing the Work, the Contractor shall remove all shoring unless
the Plans or the Engineer direct otherwise.
Shoring to be removed, or moveable trench shields or boxes, shall be
located at least two and one-half (2-1/2) pipe diameters away from metal
or thermoplastic pipe if the bottom of the shoring, shield, or box extends
below the top of the pipe, unless a satisfactory means of reconsolidating
the bedding or side support material disturbed by shoring removal can be
demonstrated.
Damages resulting from improper shoring or failure to shore shall be the
sole responsibility of the Contractor.
The furnishing by the Contracting Agency of resident project representation
and inspection shall not make the Contracting Agency responsible for the
enforcement of such laws, rules, regulations, or procedures, nor shall such
make the Contracting Agency responsible for construction means,
methods, techniques, sequences, procedures, or for the Contractor's
failure to properly perform the Work necessary for proper trench excavation
safety.
2-09.4 Measurement
(March 17, 2020 CFW GSP)
Section 2-09.4 is supplemented with the following:
Shoring or Extra Excavation Class B will be measured for payment only when the
excavation is four -feet (4') or deeper.
No unit of measurement shall apply to the lump sum price for "Trench Safety System".
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-48 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
END OF DIVISION 2
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-49 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT SITES
3-01.4 Contractor Furnished Material Sources
3-01.4 1 Acquisition and Devela ment
(April 1 Z 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 FORMER BRIGES BARN DEMOLITION
SP-50 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 4
BASES
4-04 BALLAST AND CRUSHED SURFACING
4-04.3 Construction Requirements
4-04.3 3 Mixin
(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 5 readin
(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 FORMER BRIGES BARN DEMOLITION
SP-51 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3 1 A Trenches
(March 22, 2023 CFW GSP)
Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe -laying
operations and the trench so maintained until the ends of the pipe are sealed and
provisions are made to prevent floating of the pipe. Trench water or other deleterious
materials shall not be allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced in
the plans. All such pavement markings damaged by trenching shall be repaired after
trenching is backfilled and restored. The new pavement markings shall match the
damaged pavement marking. All pavement marking repair cost shall be incidental to the
pipe installation, including all necessary labor and materials.
7-08.3 3 Backfillin
(December 16, 20228 CFW GSP)
Section 7-08.3(3) is supplemented with the following:
Initial back -filling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact
or overloading. Water settling will not be permitted.
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, the Contractor may request approval from the City to use it at other
locations on the project. Native backfill stockpiles shall be protected to prevent excessive
wetting. The cost of transporting the excess backfill material shall be considered incidental
to the pipe or structure backfilled.
END OF DIVISION 7
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-52 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
5-01.3 Construction Requirements
8.01.31 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.
8-01.3(1)A 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 BMR The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or .part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the requirements
of the current edition of the WSDOT Temporary Erosion and Sediment Control
Manual M 3109 and be adapted as needed throughout construction based on site
inspections and discharge samples to maintain compliance with the CSWGP. The
Contractor shall develop a schedule for implementation of the SWPPP work and
incorporate it into the Contractor's progress schedule.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-53 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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:
hftp://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall
provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures/revisions including
additional source control, BMP maintenance, and/or additional stormwater
treatment BMPs that are necessary to prevent continued exceedance of
turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
8-41.3 1 B Erosion and Sediment Control (ESCI Lead
(October 3, 2022 WSDOT GSP, OPTION 1)
Item number 3 and 4 in the second paragraph of Section 8-01.3(1)B are revised to read:
3. Submit to the Engineer no later than the end of the next working day following
the inspection a TESC Inspection Report that includes:
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-54 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
a. When, where, and how BMPs were installed, maintained, modified,
and removed.
b. Observations of BMP effectiveness and proper placement.
c. Recommendations for improving future BMP performance with
upgraded or replacement BMPs when inspections reveal TESC
BMP deficiencies.
d. Identify for each discharge point location whether there is
compliance with state water quality standards in WAC 173-201 A for
turbidity and pH.
8-01.3 2 Seeding, Fertilizing, and Mulching
8-01.3(2)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and
approved by the Engineer. The application rate shall be two pounds per
1000 square feet. Fertilizer shall be a commercially prepared mix of 10-
20-20 and shall be applied at the rate of 10 pounds per 1000 square feet.
8-01.5 Payment
Section 8-01.5 is supplemented with the following:
"Erosion / Water Pollution Control," lump sum.
The lump sum price for "Erosion / Water Pollution Control' shall be full pay for all labor, tools,
materials, and equipment necessary for completing the project site preparation and temporary
erosion control as shown on the "Site Prep and TESC Plan," and as needed to prevent erosion,
sediment tracking including, but not limited to: silt fence, construction fencing, exposed soil
coverings, and construction entrance.
8-02.3011 Bark or Wood Chi e Mulch
(March 22, 2023 CFW GSP)
Section 8-02.3(11) is supplemented with the following:
Bark Mulch shall be placed over all tree planting pits to a depth no less than two
(2) inches, or as detailed in the Plans. Thoroughly water and hose down plants
with a fine spray to wash the leaves of the plants immediately after application.
8-02.307) Protection of Private_ Property and Property Restoration
(March 22, 2023 CFW GSP)
Section 8-02.3(17) is a new section:
Property Restoration shall consist of fine grading and restoration of adjacent
landscaped areas; adjustment and/or replacement of private irrigation systems;
slope restoration behind sidewalks; timber edgings; installing and replacing private
wood and chain link fencing; and other work not currently identified in the plans,
as directed by the Engineer.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-55 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
The Contractor is specifically reminded that any unnecessary damage caused by
construction activities will be repaired at the Contractor's expense.
Restore all disturbed areas to original condition or better. Grass areas shall be
restored with straw and seed or hydroseed where directed.
Removal of tree roots outside the limits of construction, as directed by the Engineer
and under the supervision of a certified arborist, shall be paid for under "Property
Restoration".
Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these
Special Provisions.
All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting
and 9-15 Irrigation System of the Standard Specifications.
The force account provided for property restoration also includes any adjustments
and/or replacements of existing irrigation systems not covered under Section 8-03
Irrigation Systems of the Special Provisions. This work shall also consist of
modifying existing landscape lighting systems as may become necessary by these
improvements.
The Contractor is advised that protecting existing private irrigation and lighting
systems from damage does not constitute a basis for claim or extra work.
8-02.4 Measurement
(April 1 Z 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard
in the haul conveyance at the point of delivery.
Root barrier will be measured per linear foot of installed root barrier.
"Tree Grate", will be measured per each and includes frame, anchors, and pea gravel
mulch.
"PSIPE, Pyrus Calleryana var. ` Capital" or `Redspire', 2-1/2" Cal" shall be measured per
each.
"PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container" shall be measured
per each.
"Seeded Lawn" will be measured in square yards of actual lawn completed, established,
and accepted.
"Property Restoration" will be paid by force account and must be approved by the engineer
prior to completing the work.
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-56 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
8-02.5 Payment
(April 12, 2018 CFW GSP)
Section 8-02.5 is supplemented with the following -
"Property Restoration" per force account.
POTHOLINg AND RESOLUTION F UTILITY CONFLICTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's subsections are new sections as follows:
8-30.1 Description
(April 12, 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these costs
by force account if the work proves to be acceptable and the Contractor had performed
the work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line, size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations, offsets
and elevations shall be to the nearest 0.1 foot unless greater accuracy is required.
Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the
Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the
surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e. storm
drainage, underground utility installation etc.) due to conflicts with existing facilities.
However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict. The
Contractor shall be responsible to adjust his work schedule and/or reassign his
work forces and equipment to other areas of work to minimize standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices
for the associated work. Work that can be measured and paid for at the unit contract
prices shall not be identified as force account work. This work includes but is not
limited to:
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-57 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
8-30.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
8-30.6 Payment
(April 12, 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-58 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
DIVISION 9
MATERIALS
9-03.12 Gravel Backfill
9-03.12 fi Pit Run Sand
(April 1 Z 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
9-03.14133 Common Barrow
(April 1 Z 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" square' 100
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 FORMER BRIGES BARN DEMOLITION
SP-59 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
9-14.1 Materials Submittals and Acceptance
(January 10, 2022, WSDOT GSP, OPT1.2023)
In the table in Section 9-14.1, the row for Compost is revised to read:
9-
Compos
Cert & following information is required to be submitted
14.5(8
t
fourteen days prior to application.
a) A copy of the Solid Waste Handling Permit issued
to the manufacturer by the Jurisdictional Health
Department in accordance with
https:Happs.leg.wa.gov/WAC/default.aspx?cite=17
3-350 (Minimum Functions Standards for Solid
Waste Handling).
b) Compost Test Data submitted on WSDOT Form
220-038 that show the compost complies with the
processes, testing, and standards specified in
WAC 173-350 and this section. And independent
Seal of Testing Assurance (STA) Program certified
laboratory shall perform the testing within 90
calendar days of application.
c) A copy of the manufacturer's annual Seal of
Testing Assurance STA certification as issued by
the U.S. Composting Council.
d) A sample of the compost approved for use.
e) A list of feed stocks by volume for each compost
type.
f) Compliance with the applicable section.
9-14.2 Topsail
9-14.2(1) Topsoil _Ty eeAA
(June 12, 2020 CFW GSP)
Section 9-14.2(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
No fresh sawdust or other fresh wood by-products shall be added to extend the
volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size 7/16" Maximum
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 5 mmhos/cm Maximum
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-60 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
9-14.3 Seed
(June 12, 2020 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
SEEDED LAWN MIXTURE
NAME BY
WEIGHT PURITY
Tall Fescue / Festuca arundinacea 400,0
98%
Creeping Red Fescue / Festuca rubra 25% 98%
Highland Colonial Bentgrass / Agrostis
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne
(blend of two: 'Fiesta II', 'Prelude II',
'Commander'
5% 98%
30% 95%
GERMINATION
90%
90%
90%
90%
9-14.4 Fertilizer
(June 12, 2020 CFW GSP)
Section 9-14.4 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
9-14.5 Mulch and Amendments
9-14.5 3 Bark or Woad Chi s
(June 12, 2020 CFW GSP)
Section 9-14.5(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock
bark. The bark shall be uniform in color, free from weed seeds, sawdust and
splinters. The moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is'/z" to 1" with maximum of 20%
passing the'/z" screen.
9-14.7 Plant Materials
9-14.7(21 Quality
(June 12, 2020 CFW GSP)
Section 9-14.7(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries,
bark abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-61 PROJECT #34111
CFW SPECIAL PROVISIONS VER 2023.04
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.7 3 Handling and Shi in
(June 12, 2020 CFW GSP)
Section 9-14.7(3) is supplemented with the following:
Tie back branches as necessary, and protect bark from chafing with burlap bags.
Do not drag Plant materials along ground without proper protection of roots and
branches. Protect rootballs from environmental or mechanical damage and water
as necessary to keep roots moist. Do not store Plants for more than one week.
9-14.7141 Sod
(June 12, 2020 CFW GSP)
Section 9-14.7(4) is supplemented with the following:
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
degradable netting, or approved equal.
9-14.7(5) Tagging,
(June 12, 2020 CFW GSP)
Section 9-14.7(5) is a new section::
All Plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior
to final acceptance.
9-14.7(6) Inspection
(June 12, 2020 CFW GSP)
Section 9-14.7(6) is a new section:
The Contracting Agency shall reserve the option of selecting and inspecting Plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing Plants for shipping and delivery. The
Contractor shall neither deliver to site nor install Plant materials until authorized by
the Contracting Agency.
9-14.7(T) Temporary Storage
(June 12, 2020 CFW GSP)
Section 9-14.7(7) is a new section:
Cold storage of Plants shall not be permitted.
If Planting is delayed more than 24 hours after delivery, set balled and burlapped
Plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-62 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
sun, drying winds or mechanical damage. Water Plant material as necessary until
Planted.
Plants shall not be stored for more than one week. Longer storage period at project
site will result in rejection of Plant materials by the Contracting Agency.
9-14.8 Stakes, Guys, and Wrapping.
(June 12, 2020 CFW GSP)
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
9-14.9 Root Barrier
(June 12, 2020 CFW GSP)
Add the following new section:
Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier
panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs.
9-15 IRRIGATION SY§TEM
9-15.1 Pipe, Tu6in And Fittin s
(June 12, 2020 CFW GSP)
Section 9-15.1 is replaced with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
pipe for the main, laterals, and sleeving shall be Sch 40 PVC.
9-16.6 Valve Boxes
(June 12, 2020 CFW GSP)
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 171 x 24" D x 12" W with green HDPE
drop in locking lid.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete,
top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading
in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO
H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline,
acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit
Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter
flared box with bolt down cover.
9-15.6 Gate Valves
(April 12, 2018 CFW GSP)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable
for residential or commercial potable water applications, with screwed bonnet, non -rising
stern, solid wedge disc and integral seats.
9-16.7 Control Valves
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-63 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
9-15.7 1 Manual Control Vales
(April 12, 2018 CFW GSP)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non -rising stem,
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Requlatinq Valves
(April 12, 2018 CFW GSP)
Section 9-15.13 is supplemented with the following:
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal
expansion bypass, serviceable in line, with internal stainless steel strainer.
■ r - iTl• .1211 i e-ill:aN
9-19.2 Cast -in -Place Detectable Warning Surface
9-19.20) General Requirements
(October 3, 2022 WSDOT GSP, OPTION 1)
The first paragraph of Section 9-19.2(1) is revised to read:
The color of detectable warning surfaces shall be yellow and shall match SAE AMS
Standard 595, color number 33538 unless otherwise shown on the plans. When
used in areas between ramps to differentiate between travel paths, detectable
warning surfaces shall be black.
Units shall provide the required contrast (light -on -dark or dark -on -light)
with the adjacent curb ramp or other applicable walkway.
9-28.1 General
(March 22, 2023 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except for
parking regulation, parking prohibition signing and signs of fluorescent yellow -green color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in
accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro
reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a
divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting
shall meet this specification. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow -green color and all
school (S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of
the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-64 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
series) signs of fluorescent yellow -green color. The reflectivity standard of supplemental
plaques shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard
Specifications. The reflectivity standard of supplemental plaques shall match that of the
primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Si ns
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following:
Maximum Dimension
Less than 30 inches
Greater than 30 inches, less than 48
inches
Greater than 48 inches
Blank
0.080 inches
0.100 inches
0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.12 Reflective Sheeting
(February 6, 2023 WSDOT GSP)
Section 9-28.12 is revised to read:
Reflective sheeting material shall conform to ASTM D4956 — Standard Specification for
Retroreflective Sheeting for Traffic Control. The following standard reflective sheeting
types have been modified to reflect Contracting Agency requirements:
Device Type
Permanent Signs
I Permanent Signinc
Object Markers
CITY OF FEDERAL WAY
Ise Sheeting Color Allowable
Sheeting
_ _Types
.II All IV'
JI All FIV
FORMER BRIGES BARN DEMOLITION
SP-65 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Temporary Construction Signing
Warning Signs
All
Fluorescent Oran a
Vill, IX, X2, XI
Regulatory Signs
All
White
IV
Regulatory Signs
Rural
White
113, IV
Reaulatory Signs
Urban/Rural
White
1113, IV
Re ulato Si ns
All
Red
III, IV
Regulatory Si ns
All
Green
11, IV
Regulatory Letters, Border or
Symbols
Green
1113, IV3
Temporary Construction Signs
All
All Other
Back round Colors
1113, IV
Other Devices
Barricades
All
White or Orange
1113, IV
Barrier Delineators
All
White or Yellow
III, IV, V, XI
Bollards
All
All
IV
Flexible Guidepost
All
All
III IV, V
Pedestrian Channelization Devices
All
White or Orange
1113, IV
Signal Backplates
Portable Signals
IV
Signal Backplates
Permanent
Si nals
See Section 9-
29.16
Tall Channelization Devices 42-
inch
All
Fluorescent
Oran e/White
1114, IV4, VIII, IX,
X14
Traffic Cones 28- and 36-inch
All
White or Higher
White
1113, IV
Traffic Safety Drums
All
Fluorescent
Oran e/White
1114, IV4, VIII, IX,
X14
Transportable Attenuators
All
Yellow and Black
Chevron
1113, IV
Transportable Attenuators
All
White and Red
Chevron
IV
Utilities attached to Bridges
All
I, See Section
6-01.10
Notes:
1. Except S Series signs with fluorescent yellow -green sheeting shall
use Type XI and Overhead Warning Signs and overhead exit only
panels with fluorescent yellow shall use Type IV or X1.
2. Former Type X, not shown in ASTM D4956, however meets
requirements of Types VII, IX and XI.
3. Only devices in inventory may be used, new fabrication shall use
Type IV.
4. Type III and Type IV orange and white sheeting may be still used
through December 31, 2026.
9-28.14 Si n Support Structures
(March 22, 2023 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted in the Plans or approved by the engineer, all sign posts shall be
steel sign posts. Sign post sizes will be shown on Plans or shall be sized per the WSDOT
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-66 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Design Manual. Sign Supports (foundations) shall be Type ST-4 (concrete) as found on
WSDOT Standard Detail G-24.50-05.
Standard Plans
(January 9, 2023 WSDOT)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 30, 2022 is made a part of this contract.
The Standard Plans are revised as follows:
A-10.30
RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The
RISER RING detail is deleted from the plan.
INSTALLATION detail, SECTION A: The 1/4" callout is revised to read "+/- '/4" (SEE
CONTRACT — Note: The + %" installation is shown in the Section A view)"
B-90.40
Valve Detail — DELETED
C-8
DELETED
C-8A
DELETED
C-20.42
Plan View (Case 22A-31), callout, was; "BEAM GUARDRAIL ANCHOR TYPE 10 PAY
LIMIT" is revised to read; "BEAM GUARDRAIL ANCHOR TYPE 11 PAY LIMIT'
C-23.60
DELETED
C-23.70
Sheet 1, Detail A, callout, was — "EIGHT 5/8" X '/2" (IN) BOLTS W/ HEX NUTS AND
WASHERS (SEE NOTE 5) "is revised to read: "EIGHT 5/8" X 1-1/2" (IN) BOLTS W/ HEX
NUTS AND WASHERS (SEE NOTE 5)".
Sheet 2, ANCHOR RAIL ELEMENT DETAIL and associated Enlarged Detail, %" Diameter
hole pattern (8 holes), callout, "3/4" DIAMETER HOLE (TYR)" is revised to read: "29/32"
x 1 1/8" (IN) SLOT (TYR)"
D-2.04
DELETED
D-2.06
DELETED
D-2.08
DELETED
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-67 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
D-2.32
DELETED
D-2.34
DELETED
D-2.60
DELETED
D-2.62
DELETED
D-2.64
DELETED
D-2.66
DELETED
D-2.68
DELETED
D-2.80
DELETED
D-2.88
DELETED
D-3.15
DELETED
D-3.16
DELETED
D-3.17
DELETED
D-3.10
Sheet 1, Typical Section, callout — "FOR WALLS WITH SINGLE SLOPE TRAFFIC
BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-
3.15" is revised to read; "FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE
CONTRACT PLANS"
Sheet 1, Typical Section, callout — "FOR WALLS WITH F-SHAPE TRAFFIC BARRIER.
USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16" is revised
to read; "FOR THE WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT
PLANS"
D-3.11
Sheet 1, Typical Section, callout — ""B" BRIDGE APPROACH SLAB (SEE BRIDGE
PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER — SEE STANDARD
PLANS D-3.15 OR D-3.16" is revised to read; "B" BARRIER APPROACH SLAB OR
MOMENT SLAB (SEE CONTRACT PLANS)
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-68 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Sheet 1, Typical Section, callout — "TYPICAL BARRIER ON BRIDGE APPROACH SLAB
(SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER — SEE
STANDARD PLANS D-3.15 OR D-3.16" is revised to read; "TYPICAL BARRIER ON
BRIDGE APPROACH SLAP OR MOMENT SLAB (SEE CONTRACT PLANS)
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
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.
F-10.18
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-69 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Note 2, "Region Traffic engineer approval is needed to install a truck apron lower than 3"."
-DELETED
J-10.10
Sheet 4 of 6, "Foundation Size Reference Table", PAD WIDTH column, Type 33xD=6' — 3"
is revised to read: 7' — 3". Type 342LX / NEMA P44=5' —10" is revised to read: 6'— 10"
Sheet 5 of 6, Plan View, "FOR EXAMPLE PAD SHOWN HERE:, "first bullet" item, "-SPACE
BETWEEN TYPE B MOD. CABINET AND 33x CABINET IS 6" (IN)" IS REVISED TO
READ: "SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL)
AND 33x CABINET IS 6" (IN) (CHANNEL STEELADDS ABOUT 5" (IN)"
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-20.10
Elevation View, horizontal dimension to edge of sidewalk 1" (IN) OR LESS DESIRABLE
18" (IN) MAXIMUM is revised to read: "10" (IN) MAXIMUM"
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
- 2/4" 0N) x 30" (IN) FULL THREAD — THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS - Y/4" (IN) x 30" (IN) FULL THREAD — FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-70 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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 (TYP.) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE
NIPPLE - 1 '/," (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 1/" (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
Key Notes, note 16, second bullet point, was: "1/2" (IN) x 0.45" (IN) Stainless Steel Bands",
add the following to the end of the note: "Alternate: Stainless steel cable with stainless
steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and
associated hardware."
J-75.41
DELETED
J-75.55
Notes, Note Al, Revise reference, was - G-90.29, should be-G-90.20.
K-80.20
DELETED
L-5.10
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-71 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
Sheet 2, Typical Elevation, callout — "2' — 0" MIN. LAP SPLICE BETWEEN (mark) A #3
BAR AND WALL REINFORCEMENT — TYPICAL" is revised to read: "2' — 0" MIN. LAP
SPLICE BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT — TYPICAL"
Section C, callout; "(mark) A #3 is revised to read: "(mark) A #4", callout — "(mark) B #3" is
revised to read: "(mark) B #4", callout — "(mark) C #3 TIE" is revised to read: "(mark) C #4
TIE"
Reinforcing Steel Bending Diagram, (mark) B detail, callout— "128 deg." is revised to read:
"123 deg.", callout — "51 deg." is revised to read: "57 deg."
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-30.35-00.......
10/12/07
A-50.10-01........
8/17/21
A-10.20-00......
10/5/07
A-40.00-01...
...... 7/6/22
A-50.40-01....
8/17/21
A-10.30-00......
10/5/07
A-40.10-04.........
7/31/19
A-60.10-03------
..12/23/14
A-20.10-00......
8/31 /07
A-40.15-00...
...... 8/11 /09
A-60.20-03.........
12/23/14
A-30.10-00......
11 /8/07
A-40.20-04....
..... 1 /18/17
A-60.30-01..........
6/28/18
A-30.30-01......6/16/11
A-40.50-02.........
12/23/14
A-60.40-00..........
8/31/07
B-5.20-03........ 9/9/20
B-30.50-03.........
2/27/18
B-75.20-03..........
8/17/21
B-5.40-02......... 1 /26/17
B-30.60-00.......
9/9/20
B-75.50-01..........
6/10/08
B-5.60-02......... 1/26/17
B-30-70-04......
2/27/18
B-75.60-00............
6/8/06
B-10.20-02........ 3/2/18
B-30.80-01.........
2/27/18
B-80.20-00.........
6/8/06
B-10.40-02........
8/17/21
B-30.90-02........
1 /26/17
B-80.40-00.........
6/1 /06
B-10.70-02......
8/17/21
B-35.20-00..........
6/8/06
B-85.10-01.........
6/10/08
B-15.20-01........ 2/7/12
B-35.40-00..........
6/8/06
B-85.20-00......
....6/1/06
B-15.40-01........ 2/7/12
B-40.20-00..........
6/1/06
B-85.30-00......
....6/1/06
B-15.60-02........ 1 /26/17
B-40.40-02....
.... 1 /26/17
B-85.40-00..........
6/8/06
B-20.20-02....... 3/16/12
B-45.20-01..........
7/11/17
B-85.50-01.........
6/10/08
B-20.40-04....... 2/27/18
B-45.40-01..........
7/21/17
B-90.10-00..........
6/8/06
B-20.60-03....... 3/15/12
B-50.20-00..........
6/1/06
B-90.20-00..........
6/8/06
B-25.20-02........
2/27/18
B-55.20-03..........
8/17/21
B-90.30-00..........
6/8/06
B-25.60-02.........
2/27/18
B-60.20-02..........
9/9/20
B-90.40-01..........
1/26/17
B-30.05-00......
9/9/20
B-60.40-01..........
2/27/18
B-90.50-00..........
6/8/06
B-30.10-03.........
2/27/18
B-65.20-01..........
4/26/12
B-95.20-02..........
8/17/21
B-30.15-00........
2/27/18
B-65.40-00..........
6/1/06
B-95.40-01..........
6/28/18
B-30.20-04.........
2/27/18
B-70.20-00..........
3/15/22
B-30.30-03.........
2/27/18
B-70.60-01..........
1 /26/17
B-30.40-03........
:.2/27/ 18
C-1....................
9/8/22
C-22.40-09........
9/8/22
C-60.70-01.......
9/8/22
C-1 b...................9/8/22
C-22.45-06........9/8/22
C-60.80-01........
9/8/22
C-1d................10/31/03
C-23.70-00.-.
—.8/22/22
C-70.15-00........
8/17/21
C-2c..................8/12/19
C.24.10-03........
7/24/22
C-70.10-03........
8/17/21
C-4f...................8/12/19
C-24.15-00.........
3/15/22
C-75.10-02........
9/16/20
C-6a................9/8/22
C-25.20-07........
8/20/21
C-75.20-03........
8/20/21
C-7.....................9/8/22
C-25.22-06........
8/20/21
C-75.30-03........
8/21 /20
C-7a...................9/8/22
C-25.26-05........
8/20/21
C-80.10-02........
9/16/20
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-72 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
C-20.10-08.........
9/8/22
C-20.14-05..........
9/8/22
C-20.15-02..........
6/11 /14
C-20.18-04... .......
9/8/22
C-20.40-09..........
9/8/22
C-20.41-04....
. ....8/22/22
C-20.42-05..........
7/ 14/ 15
C-20.43-00 .........
8/22/22
C-20.45.03...........
9/8/22
C-22.16-07........9/16/20
D-2.36-03........ 6/11 /14
D-2.46-02.........
8/ 13/21
D-2.84-00........
11 /10/05
D-2.92-01....
.... 4/26/22
D-3.09-00........
5/17/12
D-3.10-01......
5/29/ 13
D-3.11-03....
.. 6/11 /14
E-1..-- ... ............. 2/21 /07
E- 2.................... 5/29/98
F-10.12-04....... 9/24/20
F-10.16-00.......
12/2 0/06
F-10.18-03.........
3/2 8/22
F-10.40-04-----
...... 9/24/20
F-10.42-00.........
1 /23/07
G-10.10-00........ 9/2 0/07
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-25.30-01....... 8/20/21
C-25.80-05.....
....8/12/19
C-60.10-02 .......
9/8/22
C-60.15-00........
8/ 17/21
C-60.20-01......
9/8/22
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-4.............. ...12/11 /98
D-6................... 6/ 19/98
D-10.10-01....... 12/2/08
D-10.15-01...... 12/2/08
D-10.2 0- 01......... 8/7 / 19
D-10.25-01......... 8/7/ 19
D-10.30-00......... 7/8/08
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.......
6/2 3/ 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-80.20-01......
..6/11 /14
C-80.30-02........8/20/21
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-85-18-03........
9/8/22
D-10.35-00......... 7/8/08
D-10.40-01...... 12/2/08
D-10.45-01 ...... 12/2/08
F-40.15-04........
9/25/20
F-40.16-03
........ 6/29/ 16
F-45.10-03........
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
1-50.2 0-01..........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
J-05.50-00 ...... 8/30/22
J-10..................7/18/97
CITY OF FEDERAL WAY
J-28.10-02...... 8/7/19
J-28.22-00....... 8/07/07
J-50.25-00....... 6/3/11
J-50.30-00....... 6/3/11
FORMER BRIGES BARN DEMOLITION
SP-73 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
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-10.26-00
....... 8/30/22
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-20.01-00
..... 8/30/22
J-20.10-04
........ 7/31 /19
J-20.11-03........ 7/31 /19
J-20.15-03
........ 6/30/ 14
J-20.16-02........
6/30/ 14
J-20.20-02........
5/20/ 13
J-20.26-01........
7/ 12/ 12
J-21.10-04......
6/3 0/ 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-28.01-00
....... 8/30/22
K-70.20-01....... 6/1 /16
K-80.10-02..... .. 9/25/20
L-5.10-00 ........ 9/ 19/22
L-5.15-00....... . 9/19/22
L-10.10-02........ 6/21 /12
J-28.24-02....... 9/ 16/20
J-28.26-01 ......
12/02/08
J-28.30-03......
6/11 /14
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-28.70-04.......
8/30/22
J-29.10-02.......
8/26/22
J-29.15-01.......
7/21 /16
J-29.16-02.......
7/21 /16
J-30.10-01......
8/26/22
J-40.01-00........
8/30/22
J-40.05-00......
7/21 /16
J-40.10-04......
4/2 8/ 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-40.3 8-01.......
5/2 0/ 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-50.13-01.......
8/30/22
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
K-80.32-00 ..... . 8/17/21
K-80.34-00 ...... 8/17/21
L-2 0.10-0 3........ 7/ 14/ 15
L-30.10-02..... ...6/11 /14
L-40.15-01........ 6/ 16/ 11
J-60.05-01
....... 7/21 /16
J-60.11-00.......
5/20/13
J-60.12-00.......
5/20/ 13
J-60.13-00
....... 6/ 16/ 10
J-60.14-01
... ... 7/31 /19
J-75.10-02......
7/10/15
J -75.2 0-01......
7/ 10/ 15
J-75.30-02.......
7/ 10/ 15
J-75.50-00
....... 8/30/22
J-75.55-00.......
8/30/22
J-80.05-00........
8/30/22
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-84.05-00.......
8/30/22
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
K-80.35-01....... 9/ 16/20
K-80.37-01....... 9/ 16/20
L-40.20-02........ 6/21 /12
L-70.10-01...-.5/21 /08
L-70.20-01 ...... .5/21/08
M-1.20-04.........
9/25/20
M-11.10-04.........8/2/22
M-40.20-00...10/12/07
M-1.40-03.........
9/25/20
M-12.10-03...
8/2/22
M-40.30-01......
7/11/17
M-1.60-03.........
9/25/20
M-15.10-01........
2/6/07
M-40.40-00......
9/20/07
M-1.80-03.........6/3/11
M-17.10-02........
7/3/08
M-40.50-00......
9/20/07
M-2.20-03.........7/10/15
M-20.10-04........
8/2/22
M-40.60-00......
9/20/07
M-2.21-00..
.7/10/15
M-20.20-02........
4/20/15
M-60.10-01......
6/3/11
CITY OF FEDERAL WAY
FORMER BRIGES BARN DEMOLITION
SP-74
PROJECT
#34111
CFW SPECIAL PROVISIONS
VER 2023.04
M-3.10-04.........
9/25/20
M-20.30-04........
2/29/16
M-60.20-03......8/17/21
M-3.20-04.........
8/2/22
M-20.40-03........6/24/14
M-65.10-03......
8/17/21
M-3.30-04......
... 9/25/20
M-20.50-02........
6/3/11
M-80.10-01......
6/3/11
M-3.40-04.........
9/25/20
M-24.20-02.......
4/20/15
M-80.20-00......
6/10/08
M-3.50-03......... 9/25/20
M-24.40-02.......
4/20/15
M-80.30-00......
6/10/08
M-5.10-03......... 9/25/20
M-24.60-04.......
6/24/14
M-7.50-01 ......... 1/30/07
M-24.65-00......
7/11/17
M-9.50-02.....
.... 6/24/14
M-24.66-00.....7/11/17
M-9.60-00........
2/10/09
M-40.10-03......6/24/14
END DIVISION 9
CITY OF FEDERAL WAY FORMER BRIGES BARN DEMOLITION
SP-75 PROJECT #34111
CFW SPECIAL PROVISIONS VER. 2023.04
5/23/23, 2:54 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: 6/7/2023
*Risk
County
Trade
Job Classification
Wage
Holiday Overtime Note
Class
King
Asbestos Abatement Workers
Journey Level
$56.80
5D
1 H
View
King
Boilermakers
Journey Level
$74.29
5N
1C
View
King
Brick Mason
Journey Level
$66.32
7E
1 N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$66.32
7E
1N
View
King
Building Service Employees
Janitor
$28.23
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$28.68
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$32.18
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$33.18
5S
2F
View
King
Cabinet Makers In Shop).
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$71.53
15J
4C
View
King
Carpenters
Bridge, Dock And Wharf
$71.53
15J
4C
View
Carpenters
King
Carpenters
Floor Layer Et Floor Finisher
$71.53
15J
4C
View
King
Carpenters
Journey Level
$71.53
15J
4C
View
King
Carpenters
Scaffold Erector
$71.53
15J
4C
View
King
Cement Masons
Application of all Composition
$70.09
15J
41J
View
Mastic
King
Cement Masons
Application of all Epoxy
$69.59
15J
4U
View
Material
King
Cement Masons
Application of all Plastic
$70.09
15J
41J
View
Material
King
Cement Masons
Application of Sealing
$69.59
15J
41J
View
Compound
King
Cement Masons
Application of Underlayment
$70.09
15J
41J
View
King
Cement Masons
Building General
$69.59
15J
41J
View
King
Cement Masons
Composition or Kalman Floors
$70.09
15J
41J
View
King
Cement Masons
Concrete Paving
$69.59
15J
4U
View
King
Cement Masons
Curb Et Gutter Machine
$70.09
15J
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$69.59
15J
4U
View
King
Cement Masons
Curing Concrete
$69.59
15J
41J
View
King
Cement Masons
Finish Colored Concrete
$70.09
15J
4U
View
about:blank
1 /18
5/23/23, 2:54 PM
about:blank
King
Cement Masons
Floor Grinding
$70.09
15J
4U
View
King
Cement Masons
Floor Grinding/Polisher
$69.59
15J
4U
View
King
Cement Masons
Green Concrete Saw, self-
$70.09
15J
4U
View
powered
King
Cement Masons
Grouting of all Plates
$69.59
15J
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$69.59
15J
4U
View
King
Cement Masons
Gunite Nozzleman
$70.09
15J
4U
View
King
Cement Masons
Hand Powered Grinder
$70.09
15J
4U
View
King
Cement Masons
Journey Level
$69.59
15J
4U
View
King
Cement Masons
Patching Concrete
$69.59
15J
4U
View
King
Cement Masons
Pneumatic Power Tools
$70.09
15J
4U
View
King
Cement Masons
Power Chipping Et Brushing
$70.09
15J
4U
View
King
Cement Masons
Sand Blasting Architectural
$70.09
15J
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$70.09
15J
4U
View
King
Cement Masons
Spackling or Skim Coat
$69.59
15J
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$70.09
15J
4U
View
King
Cement Masons
Troweling Machine Operator on
$70.09
15J
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$70.09
15J
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
$126.05
15J
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$89.94
15J
4C
View
King
Divers Et Tenders
Diver
$126.05
15J
4C
8V View
King
Divers Et Tenders
Diver On Standby
$84.94
15J
4C
View
King
Divers Et Tenders
Diver Tender
$77.16
15J
4C
View
King
Divers Et Tenders
Hyperbaric Worker -
$89.09
15J
4C
View
Compressed Air Worker 0-30.00
PSI
King
Divers & Tenders
Hyperbaric Worker -
$94.09
15J
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$107.09
15J
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$103.09
15J
4C
View
Compressed Air Worker 54.01 -
60.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$105.59
15J
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Divers Et Tenders
Hyperbaric Worker -
$110.59
15J
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Divers 8: Tenders
Hyperbaric Worker -
$112.59
15J
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
King
Divers Et Tgriders
Hyperbaric Worker -
$114.59
15J
4C
View
Compressed Air Worker 70.01 -
72.00 PSI
about:blank 2/18
5/23123, 2:54 PM
about:blank
King
Divers Ex Tenders
Hyperbaric Worker -
$116.59
15J
4C
View
Compressed Air Worker 72.01 -
74.00 PSI
King
Divers it Tenders
Manifold Operator
$77.16
15J
4C
View
King
Divers Et: Tenders
Manifold Operator Mixed Gas
$82.16
15J
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$77.16
15J
4C
View
Operator/Technician
King
Divers Et Tenders
Remote Operated Vehicle
$71.98
15J
4C
View
Tender
King
Dredge Workers
Assistant Engineer
$76.56
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$75.97
5D
3F
View
King
Dredge Workers
Boatmen
$76.56
5D
3F
View
King
Dredge Workers
Engineer Welder
$78.03
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$79.59
5D
3F
View
King
Dredge Workers
Mates
$76.56
5D
3F
View
King
Dredge Workers
Oiler
$75.97
5D
3F
View
King
mall Applicator
Journey Level
$71.53
15J
4C
View
King
mall Tapers
Journey Level
$70.61
5P
1 E
View
King
Electrical Fixture Maintenance
Journey Level
$37.19
5L
1E
View
Workers
King
Electricians - Inside
Cable Splicer
$102.90
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$110.61
7C
4E
View
King
Electricians - Inside
Certified Welder
$99.38
7C
4E
View
King
Electricians - Inside
Certified Welder (tunnel)
$106.75
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$49.28
7C
4E
View
King
Electricians . Inside
Journey Level
$95.88
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$102.90
7C
4E
View
King
Electricians -Motor Shop
Journey Level
$48.68
5A
1B
View
King
Electricians - Powerline
Cable Splicer
$93.00
5A
4D
View
Construction
King
Electricians . Powerline
Certified Line Welder
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Groundperson
$55.27
5A
4D
View
Construction
King
Electricians - Powerline
Heavy Line Equipment
$85.42
5A
4D
View
Construction
Operator
King
electricians _Powerline
Journey Level Lineperson
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Line Equipment Operator
$73.35
5A
4D
View
Construction
King
Electricians - Powerline
Meter Installer
$55.27
5A
4D
8W View
Construction
King
Electricians - Powerline
Pole Sprayer
$85.42
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$63.50
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$62.13
7E
1 E
View
King
Elevator Constructors
Mechanic
$107.49
7D
4A
View
King
Elevator Constructors
Mechanic In Charge
$116.13
7D
4A
View
about:blank 3/18
5/23/23, 2:54 PM
about:blank
King
Fabricated Precast Concrete
All Classifications - In -Factory
$21.34
5B
1 R
View
Products
Work Only
King
Fence Erectors
Fence Erector
$48.14
15J
4V
8Y
View
King
Fence Erectors
Fence Laborer
$48.14
15J
4V
8Y
View
King
Flaggers
Journey Level
$48.14
15J
4V
8Y
View
King
Glaziers
Journey Level
$75.91
7L
1Y
View
King
Heat Et Frost Insulators And
Journey Level
$84.84
3 511
11C
View
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$94.11
7F
1E
View
King
Hod CgIrriers. Et Mason Tenders
Journey Level
$59.85
15J
4V
8Y
View
King
Industrial Power Vacuum
Journey Level
$15.74
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
56
1K
View
King
Inland Boatmen
Cook
$56.48
5B
1K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
5B
1K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer Et Water Systems By
y
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$15.74
1
View
Sewer Et Water Systems _B_u
Remote Control
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
View
Sewer EL Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Technician
$19.33
1
View
Sewer &Water Systems By
Remote Control
King
Inspection/CLeaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer & Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$71.53
15J
4C
View
King
Ironworkers
Journeyman
$83.79
15K
11N
View
King
Laborers
Air, Gas Or Electric Vibrating
$56.80
15J
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$58.56
15J
4V
8Y
View
King
Laborers
Ballast Regular Machine
$56.80
15J
4V
8Y
View
King
Laborers
Batch Weighman
$48.14
15J
4V
8Y
View
King
Laborers
Brick Pavers
$56.80
15J
4V
8Y
View
King
Laborers
Brush Cutter
$56.80
15J
4V
8Y
View
King
Laborers
Brush Hog Feeder
$56.80
15J
4V
8Y
View
King
Laborers
Burner
$56.80
15J
4V
8Y
View
King
Laborers
Caisson Worker
$58.56
15J
4V
8Y
View
King
Laborers
Carpenter Tender
$56.80
15J
4V
8Y
View
King
Laborers
Cement Dumper -paving
$57.84
15J
4V
8Y
View
King
Laborers
Cement Finisher Tender
$56.80
15J
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$56.80
15J
4V
8Y
View
about:blank 4/1 S
5123/23, 2:54 PM
King Laborers
King
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
Laborers
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
about:blank
Chipping Gun (30 Lbs. And
$57.84
15J
Over)
Chipping Gun (Under 30 Lbs.)
$56.80
15J
Choker Setter
$56.80
15J
Chuck Tender
$56.80
15J
Clary Power Spreader
$57.84
15J
Clean-up Laborer
$56.80
15J
Concrete Dumper/Chute
$57.84
15J
Operator
Concrete Form Stripper
$56.80
15J
Concrete Placement Crew
$57.84
15J
Concrete Saw Operator/Core
$57.84
15J
Driller
Crusher Feeder
$48.14
15J
Curing Laborer
$56.80
15J
Demolition: Wrecking Et Moving
$56.80
15J
(Incl. Charred Material)
Ditch Digger
$56.80
15J
Diver
$58.56
15J
Drill Operator (Hydraulic,
$57.84
15J
Diamond)
Dry Stack Walls
$56.80
15J
Dump Person
$56.80
15J
Epoxy Technician
$56.80
15J
Erosion Control Worker
$56.80
15J
Faller Et Bucker Chain Saw
$57.84
15J
Fine Graders
$56.80
15J
Firewatch
$48.14
15J
Form Setter
$57.84
15J
Gabian Basket Builders
$56.80
15J
General Laborer
$56.80
15J
Grade Checker Et Transit Person
$59.85
15J
Grinders
$56.80
15J
Grout Machine Tender
$56.80
15J
Groutmen (Pressure) Including
$57.84
15J
Post Tension Beams
Guardrail Erector
$56.80
15J
Hazardous Waste Worker (Level
$58.56
15J
A)
Hazardous Waste Worker (Level
$57.84
15J
B)
Hazardous Waste Worker (Level
$56.80
15J
C)
High Scaler
$58.56
15J
Jackhammer
$57.84
15J
Laserbeam Operator
$57.84
15J
Maintenance Person
$56.80
15J
Manhole Builder-Mudman
$57.84
15J
4V 8Y View
4V
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
8Y View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
8Y
View
4V
4V
4V
4V
4V
8Y View
8Y View
8Y View
8Y View
8Y View
about:blank 5/18
5/23/23, 2:54 PM
about:blank
King
Laborers
Material Yard Person
$56.80
15J
4V
8Y
View
King
Laborers
Mold Abatement Worker
$56.80
15J
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$59.95
15J
4V
8Y
View
King
Laborers
nozzleman (concrete pump,
$59.85
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
$57.84
15J
4V
8Y
View
King
Laborers
Pilot Car
$48.14
15J
4V
8Y
View
King
Laborers
Pipe Layer (Lead)
$59.85
15J
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Pot Tender
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Reliner
$57.84
15J
4V
8Y
View
King
Laborers
Pipe Wrapper
$57.84
15J
4V
8Y
View
King
Laborers
Pot Tender
$56.80
15J
4V
8Y
View
King
Laborers
Powderman
$58.56
15J
4V
8Y
View
King
Laborers
Powderman's Helper
$56.80
15J
4V
8Y
View
King
Laborers
Power Jacks
$57.84
15J
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$57.84
15J
4V
8Y
View
King
Laborers
Raker - Asphalt
$59.85
15J
4V
8Y
View
King
Laborers
Re-timberman
$58.56
15J
4V
8Y
View
King
Laborers
Remote Equipment Operator
$57.84
15J
4V
8Y
View
King
Laborers
Rigger/Signal Person
$57.84
15J
4V
8Y
View
King
Laborers
Rip Rap Person
$56.80
15J
4V
8Y
View
King
Laborers
Rivet Buster
$57.84
15J
4V
8Y
View
King
Laborers
Rodder
$57.84
15J
4V
8Y
View
King
Laborers
Scaffold Erector
$56.80
15J
4V
8Y
View
King
Laborers
Scale Person
$56.80
15J
4V
8Y
View
King
Laborers
Sloper (Over 20")
$57.84
15J
4V
8Y
View
King
Laborers
Sloper Sprayer
$56.80
15J
4V
8Y
View
King
Laborers
Spreader (Concrete)
$57.84
15J
4V
8Y
View
King
Laborers
Stake Hopper
$56.80
15J
4V
8Y
View
King
Laborers
Stock Piler
$56.80
15J
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$48.14
15J
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar Electric, Air
$57.84
15J
4V
8Y
View
Et Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$57.84
15J
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$57.84
15J
4V
8Y
View
Shorer Et Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$56.80
15J
4V
8Y
View
King
Laborers
Topper
$56.80
15J
4V
8Y
View
King
Laborers
Track Laborer
$56.80
15J
4V
8Y
View
King
Laborers
Track Liner (Power)
$57.84
15J
4V
8Y
View
King
Laborers
Traffic Control Laborer
$51.48
15J
4V
9C
View
about:blank
6/1 B
5/23/23, 2:54 PM
about:blank
King
Laborers
Traffic Control Supervisor
$54.55
15J
4V
9C
View
King
Laborers
Truck Spotter
$56.80
15J
4V
8Y
View
King
Laborers
Tugger Operator
$57.84
15J
4V
8Y
View
King
Laborers
Tunnel Work -Compressed Air
$158.87
15J
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$163.90
15J
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$167.58
15J
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$173.28
15J
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$175.40
15J
4V
9B
View
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
$180.50
15J
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$182.40
15J
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$184.40
15J
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$186.40
15J
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$59.95
15J
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$59.95
15J
4V
8Y
View
King
Laborers
Vibrator
$57.84
15J
4V
8Y
View
King
Laborers
Vinyl Seamer
$56.80
15J
4V
8Y
View
King
Laborers
Watchman
$43.76
15J
4V
8Y
View
King
Laborers
Welder
$57.84
15J
4V
8Y
View
King
Laborers
Well Point Laborer
$57.84
15J
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$43.76
15J
4V
8Y
View
King
Laborers - Underground Sewer
General Laborer Et Topman
$56.80
15J
4V
8Y
View
It Water
King
Laborers - Underground Sewer
Pipe Layer
$57.84
15J
4V
8Y
View
Et Water
King
Landscape Construction
Landscape
$43.76
15J
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$78.80
15J
11G
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$71.53
15J
4C
View
King
Marble Setters
Journey Level
$66.32
7E
1N
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
$73.08
15J
4C
View
King
Modular Buildings
Cabinet Assembly
$15.74
1
View
King
Modular Buildings
Electrician
$15.74
1
View
King
Modular Buildings
Equipment Maintenance
$15.74
1
View
King
Modular Buildings
Plumber
$15.74
1
View
about:blank
7/18
5/23/23, 2:54 PM
abouttlank
King
Modular Buildings
Production Worker
$15.74
King
Modular Buildings
Tool Maintenance
$15.74
King
Modular Buildings
Utility Person
$15.74
King
Modular Buildings
Welder
$15.74
King
Painters
Journey Level
$49.46
6Z
King
Pile Driver
Crew Tender
$77.16
15J
King
Pile Driver
Journey Level
$71.98
15J
King
Plasterers
Journey Level
$67.49
7Q
King
Plasterers
Nozzleman
$71.49
7Q
King
Playground Et Park Equipment
Journey Level
$15.74
Installers
King
Plumbers Ft Pipefitters
Journey Level
$96.69
6Z
King
Power Equipment Operators
Asphalt Plant Operators
$80.12
15J
King
Power Equipment Operators
Assistant Engineer
$75.35
15J
King
Power Equipment Operators
Barrier Machine (zipper)
$79.41
15J
King
Power Equipment Operators
Batch Plant Operator: concrete
$79.41
15J
King
Power Equipment Operators
Boat Operator
$80.33
7A
King
Power Equipment Operators
Bobcat
$75.35
15J
King
Power Equipment Operators
Brokk - Remote Demolition
$75.35
15J
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
Equipment
Brooms
$75.35
15J
Bump Cutter
$79.41
15J
Cableways
$80.12
15J
Chipper
$79.41
15J
Compressor
$75.35
15J
Concrete Finish Machine -
$75.35
15J
Laser Screed
Concrete Pump - Mounted Or
$78.80
15J
Trailer High Pressure Line
Pump, Pump High Pressure
Concrete Pump: Truck Mount
$80.12
15J
With Boom Attachment Over 42
M
Concrete Pump: Truck Mount
$79.41
15J
With Boom Attachment Up To
42m
Conveyors
$78.80
15J
Cranes Friction: 200 tons and
$82.76
7A
over
Cranes, A -frame: 10 tons and
$75.55
7A
under
Cranes: 100 tons through 199
$81.12
7A
tons, or 150' of boom
(including jib with
attachments)
Cranes: 20 tons through 44
$79.62
7A
tons with attachments
Cranes: 200 tons- 299 tons, or
$81.97
7A
250' of boom including jib with
attachments
1G
11G
11G
11G
11G
11H
11G
11G
11G
11G
11G
11G
11G
11G
View
View
View
View
View
View
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
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11 H
8X
View
11 H
8X
View
11 H
8X
View
11 H 8X View
11 H 8X View
about:blank 8/18
5/23/23, 2:54 PM
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
about:blank
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
about:blank
Cranes: 300 tons and over or
$82.76 7A
300' of boom including jib with
attachments
Cranes: 45 tons through 99
$80.33 7A
tons, under 150' of
boom(including jib with
attachments)
Cranes: Friction cranes through
$81.97 7A
199 tons
Cranes: through 19 tons with
$79.00 7A
attachments, a -frame over 10
tons
Crusher
$79.41 15J
Deck Engineer/Deck Winches
$79.41 15J
(power)
Derricks, On Building Work
$80.12 15J
Dozers D-9 Et Under
$78.80 15J
Drill Oilers: Auger Type, Truck
$78.80 15J
Or Crane Mount
Drilling Machine
$80.92 15J
Elevator and man -lift:
$75.35 15J
permanent and shaft type
Finishing Machine, Bidwell And
$79.41 15J
Gamaco Et Similar Equipment
Forklift: 3000 lbs and over with
$78.80 15J
attachments
Forklifts: under 3000 lbs. with
$75.35 15J
attachments
Grade Engineer: Using Blue
$79.41 15J
Prints, Cut Sheets, Etc
Gradechecker/Stakeman
$75.35 15J
Guardrail Punch
$79.41 15J
Hard Tail End Dump
$80.12 15J
Articulating Off- Road
Equipment 45 Yards. Et Over
Hard Tail End Dump
$79.41 15J
Articulating Off -road
Equipment Under 45 Yards
Horizontal/Directional Drill
$78.80 15J
Locator
Horizontal/Directional Drill
$79.41 15J
Operator
Hydralifts/Boom Trucks Over
$79.00 7A
10 Tons
Hydralifts/boom trucks: 10
$75.55 7A
tons and under
Leverman
$81.75 15J
Loader, Overhead, 6 Yards. But
$80.12 15J
Not Including 8 Yards
Loaders, Overhead Under 6
$79.41 15J
Yards
Loaders, Plant Feed
$79.41 15J
11H 8X View
11H 8X View
11H
11H
11G
11G
11G
11G
11G
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
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
9118
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators
Loaders: Elevating Type Belt
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Locomotives, All
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Material Transfer Device
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Mechanics: All (Leadmen -
$80.92
15J
11G
8X
View
$0.50 per hour over mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$80.12
15J
11G
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$75.35
15J
11G
8X
View
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (Elevators and
$78.80
15J
11G
8X
View
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, bridge type Crane:
$79.62
7A
11H
8X
View
20 tons through 44 tons
King
Power Equipment Operators
Overhead, bridge type: 100
$81.12
7A
11H
8X
View
tons and over
King
Power Equipment Operators
Overhead, bridge type: 45 tons
$80.33
7A
11H
8X
View
through 99 tons
King
Power Equipment Operators
Pavement Breaker
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$79.41
15J
11G
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Power Plant
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Pumps - Water
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Quick Tower: no cab, under
$79.41
15J
11G
8X
View
100 feet in height base to
boom
King
Power Equipment Operators
Remote Control Operator On
$80.12
15J
11G
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and BeRman
$75.55
7A
11H
8X
View
King
Power Equipment Operators
Rigger/Signal Person,
$79.00
7A
11H
8X
View
BeRman(Certified)
King
Power Equipment Operators
Rollagon
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$78.80
15J
11G
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Saws - Concrete
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under
$79.41
15J
11G
8X
View
45 Yards
King
Power Equipment Operators
Scrapers - Concrete Et Carry All
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$80.12
15J
11G
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers: Equipment
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$75.35
15J
11G
8X
View
about:blank
10/18
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$78.80
15J
11G
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$80.12
15J
11G
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$79.41
15J
11G
8X
View
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$80.92
15J
11G
8X
View
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$81.75
15J
11G
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$80.12
15J
11G
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Tower Crane: over 175' through
$81.97
7A
11H
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower crane: up to 175' in
$81.12
7A
11H
8X
View
height base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$82.76
7A
11H
8X
View
height from base to boom
King
Power Equipment Operators
Transporters, All Track Or Truck
$80.12
15J
11G
8X
View
Type
King
Power Equipment Operators
Trenching Machines
$78.80
15J
11G
8X
View
King
Power Equipment Operators
Truck Crane Oiler/Driver: 100
$79.62
7A
11H
8X
View
tons and over
King
Power Equipment Operators
Truck crane oiler/driver: under
$79.00
7A
11H
8X
View
100 tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$79.41
15J
11G
8X
View
King
Power Equipment Operators
Vac Truck (Vactor Guzzler,
$79.41
15J
11G
8X
View
Hydro Excavator)
King
Power Equipment Operators
Welder
$80.12
15J
11G
8X
View
King
Power Equipment Operators
Wheel Tractors, Farmall Type
$75.35
15J
11G
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$79.41
15J
11G
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$80.12
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$75.35
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$79.41
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$79.41
15J
11G
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Boat Operator
$80.33
7A
11H
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$75.35
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
$75.35
15J
11G
8X
View
Underground Sewer Ft Water
Equipment
King
Power Equipment Operators-
Brooms
$75.35
15J
11G
8X
View
Underground Sewer Ft Water
about:blank
11/18
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators-
Bump Cutter
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -
$75.35
15J 11G 8X View
Underground Sewer Ft Water
Laser Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$78.80
15J 11G 8X View
Underground Sewer Et Water
Trailer High Pressure Line
Pump, Pump High Pressure
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$80.12
15J 11G 8X View
Underground Sewer Et Water
With Boom Attachment Over 42
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$79.41
15J 11G 8X View
Underground Sewer Ft Water
With Boom Attachment Up To
42m
King
Power Equipment Operators-
Conveyors
$78.80
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
$82.76
7A 11H 8X View
Underground Sewer Et Water
over
King
Power Equipment Operators-
Cranes, A -frame: 10 tons and
$75.55
7A 11H 8X View
Underground Sewer Et Water
under
King
Power Equipment Operators-
Cranes: 100 tons through 199
$81.12
7A 11H 8X View
Underground Sewer Ft Water
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators-
Cranes: 20 tons through 44
$79.62
7A 11H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 20 tons through 44
$79.62
7A 11H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
$81.97
7A 11H 8X View
Underground Sewer Er Water
250' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 300 tons and over or
$82.76
7A 11H 8X View
Underground Sewer Ft Water
300' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 tons through 99
$80.33
7A 11H 8X View
Underground Sewer 8: Water
tons, under 150' of
boom(including jib with
attachments)
King
Power Equipment Operators-
Cranes: Friction cranes through
$81.97
7A 11H 8X View
Underground Sewer Ft Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$79.00
7A 11H 8X View
Underground Sewer Ft Water
attachments, a -frame over 10
tons
King
Power Equipment Operators-
Crusher
$79.41
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$79.41
15J 11G 8X View
Underground Sewer Et Water
(power)
King
Power Equipment Operators-
Derricks, On Building Work
$80.12
15J 11G 8X View
Underground Sewer Et Water
about:blank
12/18
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators-
Dozers D-9 £t Under
$78.80
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$78.80
15J 11G 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$80.92
15J 11G 8X View
Underground Sewer ft Water
King
Power Equipment Operators-
Elevator and man -lift:
$75.35
15J 11G 8X View
Underground Sewer It Water
permanent and shaft type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$79.41
15J 11G 8X View
Underground Sewer Et Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 lbs and over with
$78.80
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Forklifts: under 3000 lbs. with
$75.35
15J 11G 8X View
Underground Sewer Et Water
attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$79.41
15J 11G 8X View
Underground Sewer Et Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
$80.12
15J 11G 8X View
Underground Sewer Et Water
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators-
Hard Tail End Dump
$79.41
15J 11G 8X View
Underground Sewer & Water
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$78.80
15J 11G 8X View
Underground Sewer Ix Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$79.41
15J 11G 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/boom trucks: 10
$75.55
7A 11H 8X View
Underground Sewer Et Water
tons and under
King
Power Equipment Operators-
Hydralifts/boom trucks: over
$79.00
7A 11H 8X View
Underground Sewer Ft Water
10 tons
King
Power Equipment Operators-
Leverman
$81.75
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
$80.12
15J 11G 8X View
Underground Sewer Ft Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$79.41
15J 11G 8X View
Underground Sewer Ft Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$79.41
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Mechanics: All (Leadmen -
$80.92
15J 11G 8X View
Underground Sewer Et Water
$0.50 per hour over mechanic)
King
Power Equipment.Operators-
Motor Patrol Graders
$80.12
15J 11G 8X View
Underground Sewer Ft Water
about:biank 13118
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$80.12
15J 11G 8X View
Underground Sewer Ft Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$75.35
15J 11G 8X View
Underground Sewer Ft Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (Elevators and
$78.80
15J 11G 8X View
Underground Sewer Et Water
Manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, bridge type Crane:
$79.62
7A 11H 8X View
Underground Sewer Et Water
20 tons through 44 tons
King
Power Equipment Operators-
Overhead, bridge type: 100
$81.12
7A 11H 8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Overhead, bridge type: 45 tons
$80.33
7A 11H 8X View
Underground Sewer R Water
through 99 tons
King
Power Equipment Operators-
Pavement Breaker
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$79.41
15J 11G 8X View
Underground Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$78.80
15J 11G 8X View
Underground Sewer Ft Water
King
Power f-uipment Operators-
Posthole Digger, Mechanical
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$75.35
15J 11G 8X View
Underground Sewer 8: Water
King
Power Equipment Operators-
Pumps - Water
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10And Over
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Quick Tower: no cab, under
$79.41
15J 11G 8X View
Underground Sewer Ft Water
100 feet in height base to
boom
King
Power Equipment Operators-
Remote Control Operator On
$80.12
15J 11G 8X View
Underground Sewer Ft Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$75.55
7A 11H 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Rigger/Signal Person,
$79.00
7A 11H 8X View
Underground Sewer Et Water
Bellman(Certified)
}ling
Power Equipment Operators-
Rollagon
$80.12
15J 11G 8X View
Underground Sewer Ft Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$78.80
15J 11G 8X View
Underground Sewer Ft Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$79.41
15J 11G 8X View
Underground Sewer Ft Water
}ling
Power Equipment Operators-
Saws - Concrete
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
$79.41
15J 11G 8X View
Underground Sewer Et Water
45 Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$78.80
15J 11G 8X View
Underground Sewer & Water
about:blank
14/18
5/23/23, 2:54 PM
about:blank
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$80.12
15J 11G 8X View
Underground Sewer & Water
Yards And Over
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$75.35
15J 11G 8X View
Underground Sewer & Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$78.80
15J 11G 8X View
Undergr and Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$80.12
15J 11G 8X View
Underground Sewer Et Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$79.41
15J 11G 8X View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$80.92
15J 11G 8X View
Underground Sewer ft Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$81.75
15J 11G 8X View
Underground Sewer Ft Water
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$80.12
15J 11G 8X View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$78.80
15J 11G 8X View
Underground Sewer Ex Water
King
Power Equipment Operators-
Tower Crane: over 175' through
$81.97
7A 11H 8X View
Underground Sewer Et Water-
250' in height, base to boom
King
Power Equipment Operators-
Tower crane: up to 175' in
$81.12
7A 11H 8X View
Underground Sewer Et Water
height base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$82.76
7A 11H 8X View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or Truck
$80.12
15J 11G 8X View
Underground Sewer ft Water
Type
King
Power Equipment Operators-
Trenching Machines
$78.80
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$79.62
7A 11H 8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$79.62
7A 11H 8X View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Truck crane oiler/driver: under
$79.00
7A 11H 8X View
Underground Sewer Et Water
100 tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$79.41
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Vac Truck (Vactor Guzzler,
$79.41
15J 11G 8X View
Underground Sewer Et Water
Hydro Excavator)
King
Power Equipment Operators-
Welder
$80.12
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$75.35
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$79.41
15J 11G 8X View
Underground Sewer &t Water
King
Power Line Clearance Tree
Journey Level In Charge
$57.22
5A 4A View
Trimmers
about:blank
15/18
5/23/23, 2:54 PM
about:blank
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 & Air Conditioning
Journey Level
$92.51
6Z
1G
View
Mechanics
King
Residential Brick Mason
Journey Level
$66.32
7E
1N
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
$71.53
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
Residentiai 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
Journey Level
$96.69
6Z
1G
View
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$92.51
6Z
1G
View
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level
$94.11
7F
1 E
View
Workers
King
Residential Soft Floor Layers
Journey Level
$55.76
5A
3.1
View
King
Residential Sprinkler Fitters
Journey Level
$58.26
5C
211
View
.(Fire Protection)
King
Residential Stone Masons
Journey Level
$66.32
7E
1N
View
King
Residential Terrazzo Workers
Journey Level
$60.36
7E
1 N
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$60.95
5A
3H
View
King
Roofers
Using Irritable Bituminous
$63.95
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$94.11
7F
1E
View
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$41.83
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$41.83
7V
1
View
King
Shipbuilding Ft Ship Repair
New Construction Heat Et Frost
$84.84
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$41.83
7V
1
View
about:blank
16/18
5/23/23, 2:54 PM
about:blank
King
Shipbuilding it Ship Repair
New Construction Operating
$41.83
7V
1
View
Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$41.83
7V
1
View
King
Shipbuilding Er Ship Repair
New Construction Rigger
$41.83
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet Metal
$41.83
7V
1
View
King
Shipbuilding It Ship Repair
New Construction Shipfitter
$41.83
7V
1
View
King
Shipbuilding i* Ship Repair
New Construction
$41.83
7V
1
View
Warehouse/Teamster
King
Shipbuilding it Ship Repair
New Construction Welder /
$41.83
7V
1
View
Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$50.35
7X
4J
View
King
Shipbuilding it Ship Repair
Ship Repair Carpenter
$50.95
7X
4J
View
King
Shipbuilding i* Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding it Ship Repair
Ship Repair Electrician
$50.42
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$84.84
15H
11C
View
Insulator
King
Shipbuilding it Ship Repair
Ship Repair Laborer
$50.95
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$50.95
7X
4J
View
King
Shipbuilding i* Ship Repair
Ship Repair Operating Engineer
$45.06
7Y
4K
View
King
Shipbuilding it Ship Repair
Ship Repair Painter
$50.95
7X
4J
View
King
Shipbuilding it Ship Repair
Ship Repair Pipefitter
$50.95
7X
4J
View
King
Shipbuilding it Ship Repair
Ship Repair Rigger
$50.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$50.35
7X
4J
View
King
Shipbuilding it Ship Repair
Ship Repair Shipwright
$50.95
7X
4J
View
King
Shipbuilding It Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers Et Installers
Journey Level
$55.78
0
1
View
.(Electrical),
King
Sign Makers Et Installers (Non-
Journey Level
$35.73
0
1
View
Electrical)
King
Soft Floor Lavers
Journey Level
$62.39
15J
4C
View
King
Solar Controls For Windows
Journey Level
$15.74
1
View
King
Sprinkler Fitters (Fire
Journey Level
$92.49
5C
1X
View
Protection)
King
Stage Rigging Mechanics (Non
Journey Level
$15.74
1
View
Structural).
King
Stone Masons
Journey Level
$66.32
7E
1 N
View
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$79.00
7A
11H
8X
View
Surveyor
King
Surveyors
Chainman
$75.55
7A
11H
8X
View
King
Surveyors
Construction Site Surveyor
$80.33
7A
11H
8X
View
King
Surveyors
Drone Operator (when used in
$75.55
7A
11H
8X
View
conjunction with survey work
only)
King
Surveyors
Ground Penetrating Radar
$75.55
7A
11H
8X
View
Operator
King
Telecommunication Technicians
Journey Level
$62.13
7E
1E
View
about:biiank
17/18
5/23/23, 2:54 PM
about:blank
King
Telephone Line pnstruction_
Cable Splicer
$39.15
5A
2B
View
Outside
King
Telephone Line Construction .
Hole Digger/Ground Person
$26.29
5A
2B
View
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
$32.72
5A
2B
View
Outside
(Light)
King
Telephone Line Construction -
Telephone Lineperson
$37.00
5A
2B
View
Outside
King
Terrazzo Workers
Journey Level
$60.36
7E
1 N
View
King
Tile Setters
Journey Level
$60.36
7E
1 N
View
King
Tile, Marble ft Terrazzo
Finisher
$51.19
7E
1 N
View
Finishers
King
Traffic Control Stripers
Journey Level
$51.90
7A
1K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$72.45
15J
11M
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$71.61
15J
11M
8L
View
King
Truck Drivers
Dump Truck
$71.61
15J
11M
8L
View
King
Truck Drivers
Dump Truck It Trailer
$72.45
15J
11M
8L
View
King
Truck Drivers
Other Trucks
$72.45
15J
11M
8L
View
King
Truck Drivers - Red Mix
Transit Mix
$72.45
15J
11M
8L
View
King
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
View
Installers
King
Well Drillers Ft Irrigation Pump
Oiler
$15.74
1
View
Installers
King
Well Drillers it Irrigation Pump
Well Driller
$18.00
1
View
Installers
about:blank 18/18
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
***********:**s******•r*****s******�******s****s*****s*******************s*s*s*****************ss********s**
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly
rate of wage.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -
ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten
(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment
breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through
Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
The first two (2) hours after 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 3/3/2023 thru 8/30/2023
Overtime Codes Continued
O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.
Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall
be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage.
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.
U_ All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on
Labor Day shall be paid at three times the hourly rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid
at double the hourly rate of wage.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All
hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.
2of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
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 fast 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.
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.
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.
3of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four -day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -
day, ten hour work week, and Saturday shall be paid at one and one half (1'/z) times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
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.
4 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
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
rate of wage.
S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work
performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday
through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and
one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations).
All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed
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.
Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic
straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special
Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an 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 more than four (4) hours of a special shift can only be performed outside the normal 6am 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 the 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).
5of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or
outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and
one-half (1 ''/z) the straight time rate.
In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at
the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All
work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x)
the straight time rate of pay.
After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the
applicable overtime rate until such time as the employee has had a break of eight (8) hours.
When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be
a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight
(8) hours.
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.
11. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
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 3/3/2023 thru 8/30/2023
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.
F. 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.
7of15
Benefit Code Key— Effective 3/3/2023 thru 8/30/2023
Overtime Codes Continued
11. J. All hours worked on holidays shall be paid at double the hourly rate of wage.
K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8)
hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day
Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double
the hourly rate of wage.
L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all
hours worked that shift. All hours worked on holidays shall be paid at one and one-half times the hourly rate of
wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
M. 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.
Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2)
times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple
shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of
that day's operation shall be completed at that 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 of 5:00 am to
6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable.
The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours
work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts.
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.
Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm
and 5:00 am shall receive an additional two dollars ($2.00) per hour.
N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at
double the straight time rate.
Any time worked over eight (8) hours on Saturday shall be paid double the straight time rate, except employees
assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on
Saturday over 10 hours.
8of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes
5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, and Christmas Day (7).
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, the day before Christmas, and Christmas Day (8).
C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
I. Holidays: New Year's Day, Memorial Day, Independence 'Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8).
6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve
Day (11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
9of15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
6. 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.
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.
10 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
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.
Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the
preceding Friday shall be a regular work day.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
V. Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday.
X. Holidays: New Year's Day, Day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday.
Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday
shall be observed as a holiday on the preceding Friday. Anyholiday which falls on a Sunday shall be observed as a
holiday on the following Monday.
11 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Holiday Codes Continued
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, 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.
Note Codes
D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
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.
12 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
8. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who
do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation
receive an additional $0.50 per hour.
V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over
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.
X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work
(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay.
Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions
that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above
the classification rate.
Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require
that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed
on Saturday or Sunday.)
13 of 15
Benefit Code Key — Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.
Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the
Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require
that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the
special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a
special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double-
time status. (For example, the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their
classification rate.
Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length:
(A) — 130' to 199' — $0.50 per hour over their classification rate.
(B) — 200' to 299' — $0.80 per hour over their classification rate.
(C) — 300' and over — $1.00 per hour over their classification rate.
B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work
located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging
Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require
them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the
classification rate.
Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting
or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal
of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control
Plans or where directed by the Engineer. All Faggers 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.
14 of 15
Benefit Code Key— Effective 3/3/2023 thru 8/30/2023
Note Codes Continued
H. One (1) person crew shall consist of a Party Chief. (Total Station or similar one (1) person survey system). Two (2)
person survey party shall consist of a least a Party Chief and a Chain Person. Three (3) person survey party shall
consist of at least a Party Chief, an Instrument Person, and a Chain Person.
15 of 15
CITY OF
Federal Way
Public Works Department
BARN DEMOLITION
36612 8th AVE S
CITY PROJECT #: 34111
nPPnaVEn fan cON"UCTION
30% DESIGN
4""°'
Federal Way'
FORMER BRIDGES BARN DEMOLITION
r34111
_
"
�
cantered on Dyparlunny
_
o,caie
COVER
'�T
36612 8TH AVE S
4
LEGEND
EXISTING
TREES TO BE PROTECTED
CONCRETE PAD 1 FOUNDATION I RETAINING WALL
I
TO BE PROTECTED
�rrl}
DECOMISSIONED SEPTIC TANK
DOMESTIC WATER WELL
— UE—
UNDERGROUND POWER
W WATER
SPUTR ILFENCE
PROPOSED
DEM OLISH AND REMOVE EXISTING BUILDING
AND FOUNDATION
TEMPORARY SILT FENCING
—�� TEMPORARY CONSTRUCTION FENCING
(PROJECT U MITI
APPKVEO FOR CON'STRUCTi4N
r1wFEtxNnal n.[c �rt
FINAL DESIGN
C3T�'LwMi �� �R�H'IH6 VEN910k111ElYbMiaf! cmvnpiECt�
FECiQFer�llN�y _ FORMER BRIDGES BARN DEMOLITION 34111
Canlerad an Opportunity � ,_. _ _ : �;i LEGEND 1 z
36612 8TH AVE S 4
�NMCRR O.NYa�EN
_h A AL
TESC NOTES:
N
([Il.frwfYlgAINISTf{NnCrALilp/i16'!•A9RRI
FNAAI iE T>•M COIUUNGTCgI'e111(LLRACHn�AQTp.P11PNE
TI�A?-TItNNAaITT[R �FNTi4 1
� ♦rK1Apy[TRTl�P„
Aw
Z a uREMENTS FOR:uncIVATEO SITE covolncr�s o Muu
UCTICN THE' E ESC MEASURES SHALL BE UPGRADED
�NEEDEOAi NO ADDITIONALCOST TO THE CITT FOR UNEXPECTED
- OR COW-PACTCRC
MEwI�ANDNMF.TryOpS CT
- INTARIE oOENLSURE CCNTE'CEDE�
PROPER FINCTIONIIcMA
4 A AIIBAt<pF EAPoseo solo ilvcLUDING ROoWN{�r. +I_IT.
%cD,�nuylryC
TNATNILLN tDE ols INVRRED FOR �I1S ouRlllc
.VET SEASON OP SEVEN DAYS DURING C R Y iEAi -, H ALL BE IMMUPATELY
BILIZEO'.VITH APP.. ESC IAETHOOS
5 YAREA NEEDINGElC rAEASURESTHATCONCTREOUIRE
- -EN D..S
c OI
MVFDIATE ATTENTGNs In
- =yqL Y6l oonl I,ALL CI 1pMeleli AREAS
.,Ht° LFFRe'BEN eTo WR11f+tvHl EC CAN DE9215TI(pw
m
NEAl'TION FOR'.VINTEN NAINS DISTURBED AREAS CHAIL BE
PEED.'THINCNE WEEKCFTHE BEGINNING C TIE,VCT C=_ASOY
SKETCH MAP OF THOSE 11FAI TO BE SEEDEO AND THOSE AREAS
I,D
Z
TO D SHALL BE SUBMITTED TO THE ENGINEER
A S SHO"V ON THE PUNS GENCNC LIMITS
R RECUCED TD SUIT THE NEEDS OF THE SITE IT
PPRCVALL PROM THE PROIEIT MA NAGER FENCING COSTIS INCICENTAL
IO
�I
+ NG THE IARICLS BID ITEMS
8 ISSTAL TEMP —A Y CONBTPUCTION1. wENCINO AP OUND THE PERMETER Cl
'O
p
HE EJECT FENCING DNITS MAY BE ADLUSTEG CR RED ,'JCED TO SDIi
TIC-.cPNY- x.�-VEi RT#P!'.n!A 11R[#KU6C}kW.°�II
FENCING COST S P,CIDENTALAMCNG THE VARIOLS BID ITEM. TO COMPLETE
THE I—K
u ':.`11IUdrpm AAv NuNci l° YTNALE Hi./ yI�T T1x°NSIN rysNpINN
GENERAL NOTES:D
P ECT THEE5U
5HR B—ETATON LSITHIN PRCLECT SITE LKLES5
0T'ER'A.,SE NOTED
2 PROTECT EXISTING LANDS CAPE PLANTER IVITHIN THE ERCIECT SITE
3 ARCTECT%YlTNC PREPRETANwOTEc",AL -IRETE PACS=ND ICI NO11.L1S
HO'.,'N SITE IN.NCL a C
SITE PREP NOTES
n REMOVE I DEMOLISH STRUCTURE
L22), INSTALL SILT FENCE
`3, INSTAU CONSTRUCTO FENCNG
t ,PROTECT TREES
C5 PROTECT EXISTING RETAMING WALL I CONCRETE PAD AND FOUNDATION
TESC SITE LEGENG
SILT FENCING
♦ ♦- ♦ TEMPOPARY CONSTRUCTION FENCING
(PROJECT LIMIT)
TREES TO BE PROTECTED
F PRD�TpETAIMN'GN'ALUCONCRETE PAD
,F,-- AND I%(,iIN�ATI°N
ll °EMOI.AN.WOREMOVEEXISTING —
�--J DUILDIA CIT'GUNOWFICIN
CN
FINAL DESIGN
A"� °`
Federal Way
"
WI_�..IU
GR"NINGVERSI°N,RE SI°"`DG
FORMER BRIDGES BARN DEMOLITION
3411
34111
CeNleredlm OppnlwlRlsy
SITE PREP & TESC PLAN
'" 3
,Bw,,,,, ,�„__
•I�b'IDPLRRC
36612 8TH AVE S
w 4
I
. UTILITY NOTES:
f, UTILITY DRAWINGS ARE APPROXIMATE, LOCATIONS SHOULD BE
VERIFIED IN THE FIELD.
]. IT IS THE CONTRACTORS RESPONSIBILITY TO VERIFY STATUS OF
UTILITIES. IF UTILITIES ARE FOUND TO BE ACTIVE THE
CONTRACTOR SHALL WORK DILIGENTLY AND COOPERATIVELY W
EACH RESPECTIVE UTILITY TO DECOMMISSION CONNECTIONS
ACCORD14G TO THEIR REGULATIONS AND STANDARDS
S. ONSITE WATER SERVICE AND LINES ARE FED FROM A DOMESTIC
ONSITE WELL WATER LINE IS NOT IN SERVICE AND SHALL BE
PROTECTED DURING CONSTRUCTION.
a. POW ER HAS BEEN DISCONNECTED AND IS NOT IN SERVICE.
HOWEVER, THE CONTRACT OR IS RESPONSIBLE FOR VERIFYING
THE STATUS OF POWER AND ELECTRICAL SERVICE PRIOR TO
CONSTRUCTION ACTIVITY THERE IS KNOWN UNDERGROUND
ELECTRICAL CABLES ON THE .NORTH AND SOUTH SIDES OF THE
BARN STRUCTURE,
CONSTRUCTION NOTES
;jj
DEMOLISH AND REMOVE EXIS [I,NG BUILDING AND FOUNDATION.
J
Pe7TTCCTANDF4d VE EXISTING RETAINING WALL AND
CpN^�ETE FA FNOGATIGNASIDENTIFIE004THEPLANS
I�PRQIPL
mLIP E'QERVE UNDE�I�Ulq WAi91]OP VICE LINE
ARQUND THE ETOM PERIMETER pR TM5TKCT"
Dy1N(][q[�Illb FRFROIAEATERIOROF
laj
PROTECTTREES
(e)
PROTECT SPLIT RAIL FENCE
lD
RES I ORE ALL DISTURBED AREAS FROM
DEMOLITION ACTIVITY WITH 4-DEPTH COMPACTED
CTS G, RESTORATION COST IS INCIDENTAL TO
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
aER9PEF>�PR4�q'II�
FINAL DESIGN
CITY OF •IV RV /SARCI a DRAWING VERSION I REVISION LOG FORMER BRIDGES BARN DEMOLITION 34111
A i^ederal Way
C4niamd on Opportundy 't":dr� _ _ DEMO & RESTORATION a
"� _ 11
36612 8TH AVE S a